HomeMy WebLinkAboutBulter Creek Interceptor Upgrade
Augusta Richmond GA
DOCUMENT NAME;\)L.L-T-\cy- Cree I<.. In\-erc.e:fml(
UVJ '{Ode.
DOCUMENT TYPE: C. 0 n-\-r"n..c.\-s
YEAR: W~
BOX NUMBER: W
FILE NUMBER: t., OLD ~
NUMBER OF PAGES:
J6(
,I
.
;j-J # 17o~ i
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.1
I
I
I
PROJECT MANUAL
~;
Butler Creek Interceptor Upgrade
Augusta, Georgia
AU D Project No. 60105
PREPARED FOR:
AUGUSTA-RICHMOND COUNTY COMMISSION
Bob Young, Mayor
Lee N. Beard - District 1
Marion F. Williams - District 2
Steve Shepard - District 3
Richard Colclough - District 4
Bobby Hankerson - District 5
Andy Cheek - District 6
Tommy Boyles - District 7
Ulmer Bridges - District 8
William H. Mays, III - District 9
William B. Kuhlke, Jr. - District 10
AUGUSTA UTILITIES DEPARTMENT
N. Max Hicks, P.E. - Director
July 2003
PREPARED BY:
G po. B12r
~~~: c:D~~
~."A?I.~'~'. .,~. ..:..I\..'.'~'..~,... ~1'.
"l ~ .' ~Eili ~'Q ~
~e'J' if,'f",::,~.. g ~ & 0
C::;"''(~< ,_ -::: -; . \' II) ;iJ
z .,,~ ,l. .: Jv r-
~. ,," D
StevenSQn&palmer
Engjneenng_
INCORPORATED
360 Bay Street, Suite 400/Augusta, Georgia 30901l706-261-4040IFax 706-261-4042
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
PROJECT MANUAL
Butler Creek Interceptor Upgrade
Augusta, Georgia
AUD Project No. 60105
PREPARED FOR:
AUGUSTA-RICHMOND COUNTY COMMISSION
Bob Young, Mayor
Lee N. Beard - District 1
Marion F. Williams - District 2
Steve Shepard - District 3
Richard Colclough - District 4
Bobby Hankerson - District 5
_Andy Cheek - District 6
TO'rnmy.Boyles - District 7
Ulmer Bridges - District 8
William H. Mays, III - District 9
William B. Kuhlke, Jr. - District 10
AUGUSTA UTILITIES DEPARTMENT
N. Max Hicks, P.E. - Director
July 2003
PREPARED BY:
~
.~
.... - :
Stevenson&Palmer
Engineering
INCORPORATED
360 Bay Street, Suite 400/Augusta, Georgia 309011706-261-4040/Fax 706-261-4042
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROJECT MANUAL
BUTLER CREEK INTERCEPTOR UPGRADE
Project No. 60105
AUGUSTA, GA
TABLE OF CONTENTS
SECTION & TiTLE
PAGE NUMBERS
DIVISION 1 - GENERAL REQUIREMENTS
00100 Advertisement for Bids........................................................................ 00100-1 thru 00100-2
00110 Instruction to Bidders .......................................................................... 00110-1 thru 00110-4
00120 Bid Proposal........................................................................................00120-1 thru 00120-11
00125 Bid Bond .............................................................................................. 00125-1
00130 Notice of Award................................................................................... 00130-1
00135 Agreement........................................................................................... 00135-1 thru 00135-3
00140 Performance Bond .............................................................................. 00140-1 thru 00140-2
00145 Labor & Material Payment Bond......................................................... 00145-1 thru 00145-2
00150 Certificate of Owner's Attorney........................................................... 00150-1
00155 . Notice to Proceed................................................................................ 00155-1
00160 Affidavit of Payment of Claims............................................................ 00160-1
00170 Certificate of Insurance....................................................................... 00170-1 thru 00170-2
01001 General Conditions (Articles 1 - 17)..................................................01001-1 thru 01001-52
01002 Special Conditions............................................................................... 01002-1 thru 01002-4
with Subsurface Investigation Reports
01150 Measurement and Payment.............................................................. 01150-1 thru 01150-5
01800 Submittals. ...................................................................:....................... 01800-1 thru 01800-4
01800A Submittal Tr~nsmittal Form.................................................................1 Page
01800B Product Data Transmittal Form..........................................................1 Page
DIVISION 2 - SITE WORK
02110 Site Clearing...........................................................................-............. 02110-1 thru 02110-3
02210 Erosion Control.................................................................................... 02210-1 thru 02210-2
02221 Excavation, Trenching & Backfill for Utility Systems.........................02221-1 thru 02221-17
02310 Boring and Jacking.............................................................................. 02310-1 thru 02310-3
02480 Grassing..... .............. ........... ......... .................... ..... ..................... .......... 02480-1 thru 02480-4
02513 Asphalt Concrete Paving ....................................................................02513-1 thru 02513-5
02666 Water Distribution System......................................................;........... 02666-1 thru 02666-16
02705 Protective Coating for Sanitary Sewer Structures.............................02705-1 thru 02705-4
02720 Storm Sewage Systems,................... .................................................. 02720-1 thru 02720-9
02730 Sanitary Sewers .................................................................................. 02730-1 thru 02730-12
DIVISION 3 - CONCRETE
03301 Cast-I n-Place Concrete....................................................................... 03301-1 thru 03301-8
DIVISION 4 - 16 Not Used
TABLE OF CONTENTS, REV. 6/03,9/03
One Page
I
I
I
I
,I
I
I
I
I
I
I
I
I
I'
,I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 00100 - ADVERTISEMENT FOR BIDS
Sealed bids for construction of wastewater system improvements at Augusta, Georgia, hereinafter
referred to by project name as:
Bid Item # () 3 - I 3 3
Butler Creek Interceptor Upgrade
Augusta-Richmond County, Georgia
will be received by the Augusta-Richmond County Commission, hereinafter referred to as the
OWNER at the office of the Director of Purchasing, Room 605, Municipal Building until ~ (C!:Dl.)/
(p.m.) on 10//7 , 2003, at which time all bids will be publicly opened and read inthe
presence of those interested.
The work to be done consists of the following generally described items:
Construction of approximately 19,521 linear feet of
30", 36", and 42" diameter gravity sewer and appurtenances.
Plans and specifications are open for public inspection at the office of the Augusta-Richmond
County Purchasing Dept., Room 605 Municipal Building, Augusta, Georgia; and at the following
locations:
F.W. Dodge Division Plan Room
Augusta, Georgia
Augusta Builders Exchange
Augusta, Georgia
Copies of Contract Documents may be obtained at the office of the Augusta Purchasing
Department upon a deposit of $50.00 for each set. (Non-refundable)
Bids shall be enclosed in a sealed envelope and addressed as follows:
AUGUSTA-RICHMOND COUNTY COMMISSION
c/o Director of Purchasing
Room 605 - Municipal Building
Augusta, Georgia 30911
Mark the outside of the envelope as follows:
Bid Item # 0..3 - /33
Butler Creek Interceptor Upgrade
Bids must be accompanied by a Bid Bond secured by a surety company, certified check or
cashier's check in an amount equal to at least 10% of the amount of the bid. A contract
pe'rformanceand payment bond each in the amount of 100% of the contract amount will be
required of the successful bidder.
The Augusta-Richmond County Commission reseNes the right to reject any and all bids and to
waive any informalities in the bidding.
ADVERTISEMENT FOR BIDS, REV. 6/03
. 00100-1
Butler Creek Interceptor Upgrade
S&P Project No. G 124-01-02
AUD Project No. 60105
It is the wish of the OWNER that minority businesses be given the opportunity to bid on the various
parts of the work. This desire on the part of the OWNER is not intended to restrict or limit
competitive bidding or to increase the cost of the work. The OWNER supports a healthy free
market system that seeks to include responsible businesses and provide ample opportunity for
business growth and development.
Geri Sams, Director of Purchasing
Publish:
Augu~ta Chronicle - 200
Metro Courier ,200_
ADVERTISEMENT FOR BIDS, REV. 6/03 00100-2
Ii
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
. SECTION 00110 - INSTRUCTION TO BIDDERS
1.01 GENERAL:
All proposals must be presented in a sealed envelope, addressed to the OWNER. The
proposal must be filed with the OWNER on or before the time stated in the invitation for
bids. Mailed proposals will be treated in every respect as though filed in person and will be
subject to the same requirements.
Proposals received subsequent to the time stated will be returned unopened. Prior to the
time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal
may be withdrawn for a period of sixty (60) days after bids have been opened, pending the
execution of contract with the successful bidder.
1.02 EXAMINATION OF WORK:
Each bidder shall, by careful examination, satisfy himself as to the nature and location of
the work, the conformation of the ground, the character, quality and quantity of the facilities
needed preliminary to and during the prosecution of the work, the general and local
conditions, and all other matters which can in any way affect the work or the cost thereof
under the contract. No oral agreement or conversation with any officer, agent, or employee
of the OWNER, either before or after the execution of the contract, shall affect or modify
any of the terms or obligations therein.
1.03 AGENDA AND INTERPRETATIONS:
No interpretation of the meaning of plans, specifications or other pre-bid documents will be
made to any bidder orally.
Every request for such interpretation should be in writing addressed to Stevenson & Palmer
Engineering, 360 Bay Street, Suite 400, Augusta, Georgia 30901 Attn: Robin McMillon, PE,
and to be given consideration must be received at least five days prior to the date fixed for
the opening of bids. Any and all such interpretations and any supplemental instructions will
be in the form of written addenda to the specifications which, if issued, will be sent by
certified mail with return receipt requested to all prospective bidders (at the respective
addresses furnished for such purposes), not later than three days prior to the date fixed for
the opening of bids. Failure of any bidder to receive any such addendum or interpretation.
shall not relieve such bidder from any obligation under his bid as submitted. All addenda so
issued shall become part of the Contract Documents.
1.04 PREPARATION OF BIDS:
Bids shall be submitted on the forms provided and must be signed by the bidder or his
authorized representative. Any corrections to entries made on bid forms should be initialed
by the person signing the bid.
Bidders must quote on all items appearing on the bid forms, unless specific directions in the
advertisement, on the bid form, or in the special specifications allow for partial bids. Failure
to quote on all items may disqualify the bid. When quotation on all items are not required,
bidders shall insert the words "no bid" where appropriate.
INSTRUCTION TO BIDDERS
00110-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Alternative bids will not be considered unless specifically called for.
Telegraphic bids will not be considered. Modifications to bids already submitted will be
allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids.
Modifications shall be submitted as such, and shall not reveal the total amount of either the
original or revised bids.
-
=
-
Bids by wholly owned proprietorships or partnerships will be signed by all OWNERs. Bids
of corporations will be signed by an officer of the firm and his signature attested by the
secretary thereof who will affix the corporate seal to the proposal.
II
;.
NOTE: A 10% Bid Bond is required in all cases.
-
1.05 BASIS OF AWARD:
The bids will be compared on the basis of unit prices, as extended, which will include and
cover the furnishing of all material and the performance of all labor requisite or proper, and
completing of all the work called for under the accompanying contract, and in the manner
set forth and described in the specifications.
,-
Where estimated quantities are included in certain items of the proposal, they are for the
purpose of comparing bids. While they are believed to be close approximations, they are
not guaranteed. It is the responsibility of the Contractor to check all items of construction.
In case of error in extension of prices in a proposal, unit bid prices shall govern.
1.06 BIDDER'S QUALIFICATIONS:
No proposal will be received from any bidder unless he can present satisfactory evidence
that he is skilled in work of a similar nature to that covered by the contract and has sufficient
assets to meet all obligations to be incurred in carrying out the work. He shall submit with
his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND
EQUIPMENT STATEMENT, giving reliable information as to working capital available,
plant equipment, and his experience and general qualifications. The OWNER may make
such investigations as are deemed necessary to determine the ability of the bidder to
perform the work and the bidder shall furnish to him all such additional information and data
for this purpose as may be requested. The OWNER reserves the right to reject any bid if
the evidence submitted by the bidder or investigation of him fails to satisfy the OWNER that
such bidder is properly qualified to carry out the obligations of the contract and to complete
the work contemplated therein. Part of the evidence required above shall consist of a list of
the names and addresses of not less than five (5) firms or corporations for which the bidder
has done similar work.
1.07 PERFORMANCE BOND:
At the time of entering into the contract, the Contractor shall give bond to the OWNER for
the use of the OWNER and all persons doing work or furnishing skill, tools, machinery or
materials under or for the purpose of such contract, conditional for the payment as they
become due, of all just claims for such work, tools, machinery, skill and terms, for saving
the OWNER harmless from all cost and charges that may accrue on account of the doing
INSTRUCTION TO BIDDERS
00110-2
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
of the work specified, and for compliance with the laws pertaining thereto. Said bond shall
be for the amount of the contract satisfactory to the OWNER and authorized by law to do
business in the State of Georgia.
Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively
dated copy of the power of attorney.
1.08 REJECTION OF BIDS:
These proposals are asked for in good faith, and awards will be made as soon as
practicable, provided satisfactory bids are received. The right is reserved, however, to
waive any informalities in bidding, to reject any and all proposals, or to accept a bid other
than the lowest submitted if such action is deemed to be in the best interest of the OWNER.
INSTRUCTION TO BIDDERS
00110-3
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT
It is the intent of the Augusta-Richmond County Commission to increase the involvement of
qualified minority and economically disadvantaged businesses in the contracted work of County
Government.
In an effort to support this intention, this project is offered to all qualified firms. The bids will
be evaluated based on qualifications, price and construction time. With all other items being
considered equal, the contract, if awarded will be awarded to a minority and economically
disadvantaged firm or a firm that has included such firms as subcontractors on this project.
-
The bidders shall include with their bid a statement of qualification for themselves and/or
any qualified subcontractors explaining why they should be considered a minority or
economically disadvantaged firm. If the firm does not fall into this category, no information is
necessary.
END OF SECTION 00110
INSTRUCTION TO BIDDERS
00110-4
. , ~i
I. . I.
. .
I
I
I
I
I
.J
I
I
I
I
I
I
I
I
I.
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. 8124-01-02
Augusta Utilities Department Project No. 60105
COpy
SECTION 00120 - BID PROPOSAL
AUGUSTA-RICHMOND COUNTY COMMISSION
MUNICIPAL BUILDING.. .
, .
AUGUSTA, GEORGIA 30~11
PROJECT TITLE:
BUTLER CREEK INtERCEPTOR UPGRADE
AUGUSTA, GEORGIA
BID ITEM NO.: 03-133
Gentlemen:
Th~ undersigned Bidder, herein referred to as singular and masculine, decl~es the
following: .
1: The only parties interested in the proposal as principals are named herein;
2. He has carefully examined and fully understands the contract, documents, including
the drawings and specifications;
3. He understands that information relative .to. existing' structures and underground
utilities as furnished to him on the drawings, Contract Documents or by the,
" Augusta-Richmond County Utilities Engineer/Director, carries no guarantee
. expressed or implied as to its completeness or accuracy and he h~s made due
allow~nces therefore; .
4. He has made a personal examination of the site of the 'proposed work and has
satisfied himself as to the a~tual conditions and requirements of the work;
. ,
5. He agrees to hold the Owner harmless for accidents or damages to property;
6. He will comply with all. State anq Federal regulations pertaining to but not limited to
asbestos containing material removal and disposal, regulations regarding disposal
of all debris and OSHA requirements;
7. He will complete the work in a timely manner:' The required time of completion is
in~icated in the Bid Proposal Form; .
8. He will maintain the site as clean as possible by not allowing debris to accumulate
befon:~ making trips to his disposal site. Materials sold for salvage shall not be
accumulated on the project site; , .
9. He wil! not burn any materials on site ~ithout, written appr.oval from proper
authorities; and hereby proposes and agrees to furnish all materials, labor, skill,
equipment, tools, and other things of every kind and description specified, needed
or used for the complete execution of all work covered by and in conformitY with the.
Plans, specifications, and other Contract Documents prepared by. Stevenson &.
Palmer Enaineerina. Inc. and all Amendments and Addenda thereto, for the sums
hereinafter stated.
Bid Proposal, Rev. 6/03, 9/03
00120-1
.. ,I'
I.' . .
. . Sutler Creek Interceptor Upgrade
sap Project No. G124-01-02
Augusta Utilities Oeparirr1ent Project No. 60105
I
I 18 Pre~cast sanitary manhole, GA DOT 52 3oS"2. ~
STD 1 011'A, Type 1, Depth 0' to 6'
I (60" Diameter)
19 Pre-cast sanitary manhole, GA DOT 35 EA 2.1 /4-070) ~
I STD 101:1 A, Type 1, Depth 0' to 6' 4-020 .-
(72" Diameter)
I 19A Pre-cast sanitary manhole, GA DOT 8 EA h~B8 - 5/'/0/ ~
STD 1 011A, Type 1, Depth 0' to 6'
(96" Diameter)
I 20A Additional S8.f:litary manhole depth, 62.87 VF ?!;" t:t- . i/-?1-Z. 'ZL
Type 1, Class 1 (48" Dia.)
I 20 Additional sanitary manhple depth, . 72.52 VF 75'" 22- 5"4-7S- ~
Type 1, Class 2 (48" Dia.)
I 21A AdditIonal sanftary manhole depth, 8.15 'VF 12. "l 2q... 1/30 ~
Type 1, Class 1 (60" Dia.)
I 21 Additional sanitary manhole depth, 393.96 VF 12 c; ~ ~. 09"7' "1
Oc;> _
. Type.1, Class 2 (60" Di~.)
218 Additional sanitary manhole depth, 31.76 VF 12?~ Je1-
I 4/04- -
Type 1, Class ~ (60" Dia.)
22A Additional sanitary manhqle depth, 3.74 VF /?4- !:!::.. ~S2.~
I Type 1, Class 1 (72" D1a.)
22 Additional'sanitary manhole depth, 271 .92 VF 1?-9- !:f '4-) 35""2. ~
I Type 1, Class 2 (72" Dia.)
228 Additional sanitary manhole depth, 15.45 VF 17rf !2- :z;." '7' / ~
I Type 1. Class 3 (72" Dia.)
22C Additional.sanitary manhole depth. 27 VF ]l &> '17 &34-2- !!.
Type 1, Class. 2 (96" Dia.) (::).0 -
I
22D Additional sanitary 'manhole depth, 67.87 VF 3'08 ~ 79
Type 1, Class 3 (96". Dla.} 20 9'6:> 9' .-
I
22E Protective coating per.0.2705, 48" Dia . 161.4 VF i?2. ':/. 2)85"'1 ~
I. 22F Protective coating per 02705, 60" Dia 752.48 VF 2/1~ /b5'"Z3 ') ~
22G. Protective c'oating per 02705; 72" Dia 515.23 VF 2t# J !!2 ' u...
13~?(.,;g -
I
Bid Proposal, Rev. 6/03, 9/03 00120-6
I
7
I~ ' ,
. .
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&.P Project No. G124-01-02
Augusta Utilities Department Project No. 60105 .
1'5A Remove and reset/replace water 67 EA ?4- '1') 5"02.2.. !!. '
meter, complete
PAVEMENT STRUCTURES
40 Asphalt overlay, type F, 1 W' thick 25192 SY 3!2- grl-B'7/~
. 41 Graded aggregate base, 10" thick, 12596 SY //.~. 72-
5.5' wide and asphalt patch 2" thick, 224-~D
Including removal of 2" GAB and'
bituminol:Js tack coat
43 Flowable till 100 CY 6J~ tP'3oo ~
44 4" thick concrete sidewalk, 3000 psi 124 SY 2S-~ 31Zl5 ::3:
mix
-45 6" thick concrete driveways, 3000 psi 1189 SY 2?Y- . "1-
mix' 32 35'"2., ~
..47 6" concrete curb and/or gutter 7706 LF II !!! 72 3/") ~
removal and replacement (as
. appropriate and neces,sary)
MISCELLANEOUS
50 Silt fence, Type "A" 9284 LF I!.!.- . /2 / t? 2.. o.J::.
52 Silt fence, Type ,iC" 1402 LF 2~ 3(Pg ') 2-0
55 Sod 105489 SF O~ '~4-/S- ~
56 . Grassing, if not included In lump sum 106766 SF o~ 9G>og !t
57 Clearing and Grubbing 16.15 ACRE 5'20/ ~' fPi-oc.o ~
58 Lump sum construction (includes but . 1 LS BCf /1/ 3 .!l-
is not limited to the listing continued
below) .
--roJG-1 --'>
.' /1
II 5' 1'8 ~ 0/2..;--
/ I
Bid Proposal, Rev. 6/03, 9/03
00120-8
I.. "
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
,
,
Butler Creek Interceptor Upgrade
S&P.Project Nq. G124-01-02
Augusta Utilities Department Project No. 60105
Lump Sum Construction
i Mobilization, Demobilization
. 2 Bonds" Insurance
3 Gabi'On Retaining ''va.lle Re.move and/or Reconstruct Structures (e.g.,
sheds, carports, backstop, head\yaJl)
4 Remove and reset fences, All types'
5 Remove and reset ga~es, All types
6 Remove and reset storm sewer, lengths Be: sizes v8:ry.
7 X' (material> drain pipe Reconstruct single/double wing traps
8 Remove and reconnect water .services, complete
9 Reconnect sanitary sewer services
10 Reconstruct brick wall, Height varies
11 RemO\~e and reset signs, markers, monuments, boxes,'Type varies
12 Remove and reset water sprinkler systems, complete
13 Remove and reset water vaJve, size varies
14 Remove and reset light/power poles, yard lamps, Type varies
15 Remove and reset mailboxes, Type varies .
16 Erosion and sediment control (temporary grassing, construction exits, rip-
rap, misc. erosion con'trol structures)
17 Traffic control
18 ' Miscellaneous grading
19 Raise to grade manholes and valves boxes
20 Geotechnical Monitoring Services; complete
21 Smoke testing
Bid Proposal, Rev. 6/03, 9/03
00120-9
I .
I. . , .
I
I
I
I
I
I
I
I
I
I
D
I'
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02 ,
AlJgusta Utilities Department Project No. 60105
22 Remove existing sanitary sewer, size and ~aterjal varies
23 Remove sewage from old trunk sewer and crossover connections'
The undersigned agrees that this Proposal may not 'be revoked or withdrawn after the time
is set for the opening of bids but shall remain open for acceptance for a period of sixty (60)
calendar days following such time.
In case the bidd~r is given in writing by mail, telegraph, or delivery the Notice of
Acceptance of the 'Bid Proposal within sixty (60) days after the time for the opening of bids, .
the undersigned agrees to execute within ten (10) calendar days a Contract (Form of.
Agreement between Contractor and Owner) for the work for the above-stated
compensation and at the same time to furnish and deliver to the Owner a Performance
Bond,. Payment Bond, Certificate of Insurance, and Contragor, Certification forms in
accordance with the instruction bound in the Project Manual.
The undersigned agrees to commence' actual physical work on the s.ite with an adequate
forc~ a.nd equipment within teil (10) calendar. days from the date to be' spe~ified in the
Notice to Proceed from the Own,er and to complete fully all work within 390 calendar days.
It is also agreed that 35.days are included in the specified contract time for adverse
weather days based on National Oceanographic and AtmQspheric Administration (NOAA)
historical data. . .
. Enclosed herewith is a Bid' Bond in the amount of
DOLLARS ($ 5~g. ~a /, Y... ) being not less than 10% of ~e Base Bid. The Bid
Bond must be submItted on the required form provided with the Invitation to Bid.
If this Proposal is accepted within sixty (60) days after the date set for the opening of bids
and the undersigned fails to execute the Contract within ten (10) calendar days after receipt
from the OWNER/Engineer, or if he fails to furnish both a Performan'ce Bond and Payment
(Bond, the obllgatiQn of the Bid Bond wilt remain in full force and effect and the money .
. payable thereon shall be paid into the funds of the OWner"as liquidated damages for such
failure; otherwise the obligation of the Bid Bond will be null and void.
Bid Proposal, Hev. 6/03, 9/03
00120-10
.,'
I f.
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
Butler Creek Interceptor. Upgra(je
S&P Project No. G124-01-02
Augusta Utilities' Department Project No. 60105
This Bid Proposal is respectfully submitted by:
'Ole.,..:/"
~rl.l-rvd-, '0 "'7 ':::z:;., c- .
c.-.: /
Bidder (Print Name)
~~. 1. /)')j/7h~,Y/~/, .
Signature (Owner, Partner or
Corp. Officer) .
Vce. ~.-e., I~/B-_+
Title
If Corporation,. affix seal. here
(8 EAl)
'--;:::0. ~~~ 7) Co
&4-....) G.4 '3'c>~o""
Address J
~o(P) g&,8 - /9~o
elephone Num!Jer .
D'~c1c.... ~Qre1 .::u::. kOc.a:>/e1"'":. Po//o~/j . 4dd~~J,--..
;J~ I. d_I-~J ~/n/oJ
"vo. 2. d Cc../-ed ~ /I~/o 3
IV; 3 dcd-.,.c1 .:r /2-3/oJ
;)0 4- d c..kcl ''7'/2-3/01'
No .S- de..-l-~cI IO/2-/o~ .
Bid Pr.oposal, Rev. 6/03, 9/93
00120-11
I
BID BOND
Conforms with The American Institute of Architects, AI.A.
Document No. A.310
KNOW ALL BY THESE PRESENTS, That we,' Blair Construction, Inc., PO Box 770, Evans, Georqia 30809
as Principal, hereinafter called the Principal,
and the National Fire Insurance Company of Hartford
of CNA Plaza, Chicago, III 60685
, a corporationdu1y orgaDized under
the laws of the State of
Connecticut
, as Surety, hereinafter called the Surety, are held and fIrmly bound unto
Augusta-Richmond County Commission, 530 Greene St., Room 605, Augusta, Georgia 30911
as Obligee, hereinafter called the Obligee,
in the sum of 10% of bid - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - . -' - - -
Dollars ($10% of bid ) for the payment of which sum well and truly to be made, the said Principal and the said
. Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Butler Creek Interceptor Upgrade
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the
Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract
Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and
material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond
or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount speeified in
said bid aild such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered
by said bid, then this obligation shall be nu11 and void, otherwise to remain in full force and effect.
. Signed and sealed this
24th
day of
September
. ~la!r Construction, Inc.
PO Box 770, Evans, Georgia 30809
{ ~jJJ1k;t;;~f
.." . /. --:"'\ . . I I 1'1
vi'e,e. ,.....res.cle~-r-.
20'03
,~. .
....
~S.~~
. . (Seal)
:P.tiacipal
Witness
Title
\dA7~~~
Witness
National Fire Insurance Company of Hartford
{ By 'tJ! L ~~ t.L~ i.
Buck Leigh. V Atturney-in-Fact
AUD Project No. 60105 - FORM OF BID BOND 00125-1
FRP
POWER OFA TTORNEY APPOI,"J.:r,I~G, !~Q1YlPUp"L.AI10RNEY -IN-FACT
Know All Men By These Presents That CONTINENTAL CASUl>.L~ C . .
INSURANCE COMPANY OF HARTFORD a Co r t'" ,~-~ ,!\1""S', QMPi\/';'I;'(.. a,n ,illinoIs c:o.rpor~ti.~o,. ~')ONAL FI.RE . ,
PENNSYLVANIA PI' '. nne.c ICU corporatIon, AMERICAN CASUALTY COMPANY OF REAOING-" , ' ,
,a ennsy vania. 9o,rp.Qratlon (he.rem collectively called "the CCC S t C .") .'. .
corp~rations having their principal offices in the City of Chicago' and St~~' : Hi III' - :' ure J Clmp.~,nle~ '-~~~ q')Jly"or~an~zed..~nf1 eXlstil'\Q
herem affixed hereby make, constitute and appoint ' ,e 0 mOIS, an that they do by virtue of the S.lgl'\'iJ~rl" an~ ~eal~
James D. Thaxton, Theodore J. Marek,. BUCk Leigh, G, "'. w'~athe'~b);;'i~di~iduaIlY
I.
..
I
I
I
of Columbia', South Carolina, ..
~:~~~,U~n~~~~k~~~ ~~~~~~~~)~i~ri::~;ii~s~~~~~~:r o~~~~~~~~~~~:eerebY conferred to sign, se~1 and .exe~ute. for and on their b~h~if
- In Unlimited Amounts.
I
and 10 bind their .t~e~eby as fully and to the same exte~t as jf s~ch; i~~t:..ume~ts were signed by a duly author,ized officer of their corporations
and all the acts~of said Attorney, pursuant to the authOrity here~~ glve.1J a~e hereby .ratified and confirmed:'" . '..
,I \'1.. .... . . ",
This Power" of Attorf)ey is .made and executed pursuant to and by' authority of the By-Laws and' R~solutions, printed on the revers~.
hereof, duly adopted, as Indicated, by the Boards of Directors of the 'corporations'. '. .
In Witness Whereof, the CCC Surety Companies have caused Ihese presents to be signed by their Group Vice President and their
corporate seals to be hereto affixed on this 28th 'day of October ., 1999 .
State of Illinois, County of Cool<., 55:
On this 26th day of October , 1999 . before me personally came
. Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chica90~:State of Illinois:
that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,
and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he
knows the seals of said corporations: that the seals affixed to the said instrument are such corporate seals; that they were so affixed
pursuant to authority given by the Boards of Directors of said corporations and that he signed his name there.to pursuanllo like authority.
and acknowledges same to be the act and deed of said corporations. .
. :..........................: A ~
. . OFFICIAl. SEAL. ·
: DIANE FAULKNER :
< .............. 110" 01 m'n'" < ~ ~
: Mvc:.....mIAon ~.Sl/17101 :
:.,...~...................~.
I'
I
I,
I
I
I
I
I
I
D
I
B
-
I (Rev.10/1/97)
I
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY,OF READING, PENNSYLVANIA
..A1aw*: ,j t1d~
Marvin J. Cashion
Group Vice President
My Commission Expires September ,17,2001
CERTIFICATE
Diane Faulkner
Notary Public
~a
, '" .
I, Mary A. Ribikawskis, Assistant S~cretary of CONTINENTAL CASU,ALTY: COMPANY, NATIONAL. F:1!,~,INSURf\NC~ COMPANY O.F
HARTFORD. and AMERICAN CASUALTY:COMPA~Y OF ~EP,.[)ING..:P,~NN~YLVANIA do hereby.~.rtlfy.tl:l.a.\.the..P.o;wver,o! Atto~ney herem
above set forth is still in force. and further .certify that the By-I,.aw a,nd:'Re.$.,olutI9n of the Board of Dlreclo~ o~.ea.ch corporation pnnted on the
reverse hereof are stili in force. In testimony whereof I have .hereunto.subscribed my name and affixed the seals. of the
said corporations this 24th day of. ~ . ..2Ul3.-.
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
Mary A. Ribikawskis
Assistant Secretary
AUD Project No. 60105 - FORM OF BID BOND 00125-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 00125 - FORM OF BID BOND
KNOW ALL MEN BY THESE PRESENTS that we, the undersigned, as
Principal, and , as Surety, are held firmly bound unto
Augusta-Richmond County Commission, as OWNER, in the penal sum of:
DOLLARS ($ ), for the payment of
which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs,
executors, administrators, successors and assigns.
Signed, this
day of
,200_.
The condition of this obligation is such that whereas the Principal has submitted to Augusta-
Richmond County Commission, a certain Bid, attached hereto and hereby made a part hereof to
enter into a contract in writing for the construction of
NOW, THEREFOR,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract
in the Form of Contract attached hereto (properly completed in accordance with
said Bid) and shall furnish a bond for his faithful performance of said contract, and
for the payment of all persons performing labor or furnishing materials in connection
therewith, and shall in all other respects perform the agreement created by the
acceptance of said Bid, then this obligation shall be void, otherwise the same shall
remain in force and effect; it being expressly understood and agreed that the liability
of the Surety for any and all claims hereunder shall, in no event, exceed the penal
amount of this obligation herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
surety and its Bond shall be in no way impaired or affected by any extension of time within
which the OWNER may accept such Bid; and said Surety does hereby waive notice of any
such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set these hands and seals,
and such of them as are corporations have caused their corporate seals to be hereto affixed and
these presents to be signed by their proper officers, the day and year first set forth above.
L.S.
(Principal)
(Surety)
(Attorney in Fact)
SEAL
FORM OF BID BOND
00125-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 00130 - NOTICE OF AWARD
TO:
PROJECT DESCRIPTION: BUTLER CREEK INTERCEPTOR UPGRADE
AUGUSTA UTILITIES DEPARTMENT
The OWNER has considered the Bid submitted by you for the above described WORK in response
to its Advertisement for Bids dated ,200_ and Information for Bidders.
You are hereby notified that your BID has been accepted for items in the amount of:
$
You have agreed in your Proposal to execute the Agreement and furnish the required Contractor's
Performance and Payment Bond within ten (10) calendar days from the date of this Notice to you.
It you fail tom execute said Agreement and furnish said Bonds within ten (10) days from the date of
this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S
acceptance of your Bid as abandoned and as forfeiture of your Bid Bond. The OWNER will be
entitled to such othe~ rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER.
Dated this
day of
,200_.
BY;
Title
Acceptance of Notice
Receipt of the above Notice of Acceptance of the Bid Proposal is hereby acknowledged on this
day of , 200_.
BY;
Title
NOTICE OF AWARD
00130-1
,J
I
I
I
I
I
I
I
I
I
I
I
I
D
o
I
R
I
.1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 00135 - AGREEMENT
THIS AGREEMENT, made on the )~ day of ~o\j~er ,20 D3 ,by and between
AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY
COMMISSION, party of 1.. the..J..'first ~rt, hereinafter called the OWNER, and
. (3\0.',(' (~(,F}TrUQl6fl ,..Lr1C.. , party
of the second part, hereinafter called the CONTRACTOR.
WITNESSETH: that the Contractor and the OWNER, for the considerations hereinafter named,
agree as follows:
ARTICLE I - SCOPE OF WORK:
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor
necessary, and to perform all of the work shown on th.e plans and described in the specifications
for the project entitled:
Butler Creek Interceptor Upgrade
Augusta, Georgia
and in accordance with the requirements and provisions of the Contract Documents as defined in
the General and Special Conditions hereto attached, which are hereby made a part of this
agreement.
ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES:
The work to be performed under this Contract shall be commenced within 10 calendar days after
the date of written notice by the OWNER or the Contractor to proceed. All work shall be completed
within 200 390 calendar .days with all such extensions of time as are provided for in the General
- '.
Conditions.
It is hereby understood and mutually agreed, by and between the Contractor and the OWNER, that
the date of beginning, rate of progress and the time for completion of the work to be done
hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall
be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full
completion thereof within the time specified. It is expressly understood and agreed by and
between the Contractor and the OWNER, that the time for completion of the work described herein
is a reasonable time for completion of the same, taking into consideration the average climatic
range and construction conditions prevailing in this locality.
IF THE CONTRACTOR SHAll NEGLECT, FAil, OR REFUSE TO COMPLETE THE WORK
WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the
consideration for the awarding of this. contract, to pay the OWNER the sum of. Five Hundred
($500.00) Dollars, not as a penalty, but as liquidated damages for such breach of contract as
hereinafter set forth, for each and every calendar day that the Contractor shall be in default after
the time stipulated in the Contract for completing the work.
AGREEMENT
00135-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
The said amount is fixed and agreed upon by and between the Contractor and the OWNER
because of the impracticability an~ extreme difficulty of fixing and ascertaining the actual damages
the OWNER would,. in such event; sustain, and said amounts shall be retained from time to time by
the OWNER from current periodical estimates. .
It is further agreed that time is of the essence of "each and :ever) "pcirtion of thisCdntract and the
specifications wherein a definite portion and certain length of time is fixed for the additional time is
allowed for the completion of any work, the new time limit fixed by extension shall be the essence
of this contract.
ARTICLE III . PAYMENT:
(A) The Contract Sum
The OWNER shall pay to the contractor for the performance of the Contract the amount as
stated in the Proposal and Schedule of Items. No variations shall be made in the amount
except as set forth in the specifications attached hereto.
(B) Progress Payment
On no later than the fifth day of every month, the Contractor shall submit to the OWNER's'
Engineer an estimate covering the percentage of the total amount of the Contract which has
been completed from the start of the job up to and including the last working day of the
preceding month, together with such supporting evidence as may be required by the OWNER
and/or the Engineer. This estimate shall include only the quantities in place and at the unit
prices as set forth in the Bid Schedule.
On the vendor run following approval of the invoice for payment, the OWNER shall after
deducting previous payments made, pay to the Contractor 90% of the amount of the estimate
on units accepted in place. The 10% retained percentage may be held by the OWNER until
the final completion and acceptance of all work under the Contract.
ARTICLE IV. ACCEPTANCE AND FINAL PAYMENT:
(A) Upon receipt of written notice that the work is ready for final inspection acceptance, the
Engineer shall within 10 days made such inspection, and when he finds the work acceptable
under the Contract and the Contract fully performed, he will promptly issue a final certificate,
over his own signature, stating that the work required by this Contract has been completed
and is accepted by him under the terms and conditions thereof, and the entire balance found
to be due the Contractor, including the retained percentage, shall be paid to the Contractor by
the OWNER within 15 days after the date of said final certificate.
(B) Before final payment is due, the Contractor shall submit evideneesatisfactory to the Engineer
that all payrolls, material bills, and .other indebtedness connected with work have been paid,
except that in case of disputed indebtedness of liens of evidence of payment of all such
disputed amounts when adjudicated in cases where such payment has not already been
guaranteed by surety bond.
AGREEMENT
00135-2
~.
~
I
-
.
-
I
I
-
-
I
I
I
I
I
I
I
I
I
I
I
D
I
I
I
I
I
I
.,
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
(C) The making and acceptance of the final payment shall constitute a waiver of all claims by the
OWNER, other than those arising from unsettled liens, from faulty work appearing within 12
months after final payment, from requirements of the specifications, or from manufacturer's
guarantees. It shall also constitute a waiver of all claims by the Contractor except those
previously made and still unsettled.
(0) If after the work has been substantially completed, full completion thereof is materially delayed
through no fault of the Contractor, and the Engineer, so certifies, the OWNER shall upon
certification of the Engineer, and without terminating the Contract, make payment of the
balance due for that portion of the work fully completed and accepted.
Each payment shall be made under the terms and conditions governing final payment, except that
it shall not constitute a waiver of claims.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3)
counterparts, each of which shall be deemed an original, in the year and day first mentioned
above.
AUGUSTA, GEORGIA
(SEAL)
..,kSy:
-,....,~...~,
_---;\CHMO,yb '\~
_- ~ 0...... co.lt.
".0 .....;. "'.
' ~ .. .. ~ ~
;' tf 0.0 .. ~.' .0. .....'4..
p~ 0 . . o.G'1.
~~l . "....1
. .
;!.. ti: :::;
:; ~ ~
jI
. 1..ItI!H> 0 11II1
t · er 1\ ... "
+, .......0. .; /, A
~_d;f~~'l
CONTRACTOR:
'7f/e-;,.-
~r7<;-f"'VC-/-"04 ~c. ~
,;'
(SEAL)
. .
By: /1 L pO... ~~ ~. ~~"" .I ^-
~rer/de~+-
As its
/
'. .". /.
/ '.'..1 .
,/ -
-- ,...,".... -
'_' r--;:--
,'- .-
ATIEST:
Yn-VI}Q .~ -1 ~
Secretary ~
?~ S.--:o~
. . .
.- . _ti ....
70. 60'1<
": ~:r . ____ . -... __
. \:;"<::-;~ ~..>.<~~f
/') C>. -. -.---
..f".fr ..-. ~
Address:
..'
~.. .-:" ,-"...
&c...~ > / . b/I-
/
.?og~?
Witness
AGREEMENT
00135-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
o
o
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 00140 - PERFORMANCE BOND
THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE OWNER
AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT.
KNOW ALL MEN BY THESE PRESENTS:
That , as Principal, hereinafter called Contractor, and
, a corporation organized an existing under the
laws of the State of , with its principal office inn the City of ,
State of , as Surety, hereinafter called Surety, are held and firmly bound unto
Augusta-Richmond County Commission, as Obligee hereinafter called OWNER, in the penal
amount Dollars ($ ) for
the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents for the faithful performance
of a certain written agreement.
WHEREAS, Contractor has by said written agreement dated
contract with the OWNER for
entered into a
in accordance with the drawings and specifications issued by Stevenson & Palmer Engineering,
Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the
Contract.
NOW, THEREFORE, the condition of this obligation is such that if the Contractor shall promptly
faithfully perform the Contract, then this obligation shall be null and void; otherwise it shall remain in
full force and effect. .
The Surety hereby waives notice of any alteration or extension of time made by the OWNER.
Whenever the Contractor shall be, and declared by the OWNER to be in default under the
Contract, the OWNER having performed the OWNER's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly:
1. Complete the Contract in accordance with the terms and conditions, or
2. Obtain a bid or bids for completing the Contract in accordance with the terms and conditions,
and upon determination by Surety of the lowest responsible bidder, or, if the OWNER elects,
upon determination by the OWNER and Surety jointly of the lowest responsible bidder,
arrange for a contract between such bidder and OWNER, and make available as Work
progresses (even though there should be a default or a succession of defaults under the
Contract or contracts of completion arranged under this paragraph) sufficient funds to pay
the cost of completion less the balance of the contract price; but not exceeding, including
other costs and damages for which the Surety may be liable hereunder, the amount set forth
in the first paragraph hereof. The term "balance of the contract price" as used in this
paragraph, shall mean the total amount payable by OWNER to Contractor under the
Contract and any amendments thereto, less the amount properly paid by the OWNER to the
Contractor. .
PERFORMANCE BOND
00140-1
(Seal)
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Any suit under this bond must be instituted before the expiration of two (2) years from the date on
which the final payment under the Contract falls due.
No right of action shall accrue on this bond to or for the use of any persons or corporation other
than the OWNER named herein or the heirs, executors, administrators or successors of the
OWNER.
Signed and sealed this
day of
A.D,200_,
(Seal)
Witness
Contractor
(Seal)
Attest
(Title)
Witness
Surety
Witness
(Seal)
.
.
(Title)
Note: Date of Bond must be prior to date of Contract. If Contractor is partnership, all partners
should execute bond.
.
.
-
PERFORMANCE BOND
00140-2
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. 8124-01-02
AUD Project No. 60105
SECTION 00145 - LABOR AND MATERIAL PAYMENT BOND
THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE OWNER
AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT.
KNOW ALL MEN BY THESE PRESENTS:
That , as Principal, hereinafter called Co.ntractar and
, a carpo.ratian arganized and existing under the laws af the
State af , with its principal affice in the City af , State af
, as Surety, hereinafter called Surety, are held and firmly baund unto. Augusta-
Richmand Caunty Cammissian, as Obligee, hereinafter called the OWNER, far the use and benefit
af claimants as herein belaw defined in the amaunt af Do.llars
($ ) far the payment whereaf Cantracto.r and Surety bind themselves, their
heirs, executars, administratars, successars, and assigns, jaintly and severally, firmly by these
presents.
WHEREAS, the Cantractar has by written agreement dated entered into. a cantract with
OWNER far canstructian af in
accardance with drawings and specificatians issued by Stevensan & Palmer Engineering, Inc., .
which cantract is by reference made a part hereaf, and is hereinafter referred to. as the Cantract.
NOW, THEREFORE, the canditian af this abligatian is such that if the Co.ntractar shall pramptly
make payment to. all claimants as hereinafter defined, fo.r all labar and materials used ar as
reasanably required to. use in the perfarmance af the Cantract, then this abligatian shall be null and
vaid; atherwise it shall remain in full farce and effect, subject, hawever, to. the fallawing canditians:
1. A claimant is defined as ane having a direct co.ntract with the Cantractar ar with a
subcantractar far labar, material, ar bath, used ar reasanably required for use in the
perfarmance af the Cantract, labor and material being canstrued as to. include that part af
water, gas, pawer, light, heat, ail, gasaline, telephane service ar rental af equipment directly
applicable to. the Cantract.
2. The above named Contractor and Surety hereby jointly and, severally agree with the
. OWNER .that every claimant as herein defined, who has not been paid in full before the
expiratian af a peri ad af ninety days after the day an which the last af such claimant's wark
ar labar was done ar perfarmed, ar materials was furnished by such claimant, may sue an
this band far the use af such claimant, prasecute the suit to. final judgment far such sum ar
sums as may be justly due claimant, and have executian therean. The OWNER shall nat be
liable far the payment af any casts ar expenses af any such suit.
3. No. suit ar action shall be cammenced hereunder by any claimant,
(a) Unless claimant, ather than ane having direct cantact with the Cantractar, shall have
given written natice to. any two. af thefallawing: The Cantractor, the OWNER, or the
Surety abave named, within ninety (90) days 'after such claimant did ar perfarmed the
last af the wark ar labar, ar furnished the last af the materials far which said claim is
made, stating with substantial-accuracy the amaunt claimed and the name af the party
to. wham the materials were furnished, ar far wham the work ar labor was dane ar
LABOR & MATERIAL PAYMENT BOND
00145-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
performed. Such notice shall be served by mailing the same by registered mail or
certified mail, postage prepaid, in an envelope addressed to the Contractor, OWNER
or Surety, at any place where an office regularly maintained for the transaction of
business, or served in any manner in which legal process may be served in the state
in which the aforesaid project is located, save that such service need not be made by a
public officer.
.
-
-
.
(c) Other than in a state court of competent jurisdiction in ,and for the county or other
political subdivision of the state in which the project, or any part thereof, is situated, or
in the United States District Court for the district in which the project, or any part
thereof, is situated, and not elsewhere.
I
I
I
I
I
(b). After the expiration of one (1) year following the date on which Contractor ceased work
on said Contract, it being understood, however, that if any limitation embodied in this
bond is prohibited by any law controlling the construction hereof, such limitation shall
be deemed to be amended so as to be equal to the minimum period of limitation
permitted by such law.
4.
The amount of this bond shall be reduced by and to the extent of any payment or payments
made in good faith hereunder, inclusive of the payment by Surety of mechanic's liens which
may be filed of record against said improvement, whether or not claim for the amount of
such lien be presented under and against this bond.
.
.
.
-
-
Signed and sealed this
day of
AD. 200
Witness
(Seal)
Contractor
Attest
(Seal)
(Titl e)
Witness
(Seal)
Surety
Witness
Seal)
(Title)
Note: Date of Bond must be prior to date of Contract. If Contractor is partnership, all partners
should execute bond.
LABOR & MATERIAL PAYMENT BOND
00145-2
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
g
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 00150 - CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned , the authorized and
acting legal representative of Augusta-Richmond County Commission do hereby certify as follows: '
I have examined the attached Contract(s) and Surety bonds and the manner of
execution thereof, and I am of the opinion that each of the aforesaid agreements
has been duly executed by the proper parties thereto acting through their duly
authorized representatives; that said representatives have full power and authority
to execute said agreements on behalf of the respective parties named thereon;
and that the foregoing agreements constitute valid and legally binding obligations
upon the parties executing the same in accordance with the terms, conditions and
provisions thereof.
(Signature)
(Date)
CERTIFICATE OF OWNER'S ATTORNEY
00150-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
g
U
I
D
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 00155 - NOTICE TO PROCEED
TO:
Date:
Project:
BUTLER CREEK INTERCEPTOR UPGRADE
AUGUSTA, GEORGIA
You are hereby notified to commence work in accordance with the Agreement dated
, 200_. within ten (10) calendar days following this date, the date first written
above, and you are to complete the work within Three Hundred Ninety (390) consecutive calendar
days after the date of this notice. The date set for completion of all work is
therefore , 200_
By:
Title:
. Acceptance of Notice:
Receipt of the above Notice to Proceed is hereby acknowledged and the same is hereby accepted
on this day of ,200_.
By:
Title:
NOTICE TO PROCEED, REV. 6/03
00155-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
D
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 00160 - AFFIDAVIT OF PAYMENT OF CLAIMS
THIS
DAY
(Contractor)
appeared before me,
A Notary Public, in and for , and being by me first
duly sworn states that all subcontractors and suppliers of labor and materials have been paid all
sums due them to date for work performed or material furnished in the performance of the contract
between:
(OWNER) and
(CONTRACTOR) I
dated
, 20_. for the construction of
(CONTRACTOR)
BY:
TITLE:
DATE:
SEAL OF CONTRACTOR
(If a Corporation)
Subscribed and sworn to before
_ day of , 20_,
My commission expires on the _ day of
.20_,
NOTARY PUBLIC
(NOTARY SEAL)
AFFIDAVIT OF PAYMENT OF CLAIMS
00160-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 00170 - CERTIFICATE OF INSURANCE
This is to certify that
(Insurance Company)
of
(Address of Insurance Company)
has issued policies of insurance, as identified by a policy number to the insured name below, and
that such policies are in full force and effect at this time. Furthermore, this is to certify that these
policies meet the requirements described in the Special Conditions of this contract; and its
agreed that none of these policies will be canceled or changed so as to affect this Certificate
until ten (10) days after written notice of such cancellation or change has been delivered to
(Client and Client Address):
1. INSURED
2. ADDRESS
(CONTRACTOR}
3. PROJECT NAME:
4. PROJECT NUMBER:
5. POLICY NUMBER(S):
DATE:
(INSURANCE COMPANY)
ISSUED AT:
AUTHORIZED REPRESENTATIVE:
ADDRESS:
CERTIFICATE OF INSURANCE
00170-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
NOTE: Please attach Certificate of Insurance form to this page.
CERTIFICATE OF INSURANCE
00170-2
I
I
U
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revi.ion Date
Auqust 2001
GENERAL CONDITIONS
ARTICLE I--DEFINITIONS
Wherever used in these General Conditions or in the other Contract Documents the following terms have the
meanings indicated, which are applicable to both the singular and plural thereof:
Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly issued by
OWNER to prospective Bidders prior to the time of opening of Bids.
Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed;
other Contract Documents are attached to the Agreement and made a part thereof as provided therein.
Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in
requesting progress or final payments and which is to include such supporting documentation as is required by
the Contract Documents.
Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to
be performed.
Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR and
its Surety in accordance with the Contract Documents.
Change Order-- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and
OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or
the Contract Time, issued on or after the Effective Date of the Agreement.
Contract Documents-The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's
Bid (including documentation accompanying the. Bid and any post-Bid documentation submitted prior to the
Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the
Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically
identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after
execution of Contract together with all amendments, modifications and supplements issued pursuant to
paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement.
Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in
the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work).
Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the
Agreement for the completion of the Work.
CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the Agreement.
COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the
Augusta-Richmond County Commission, and its authorized designees, agents, or employees.
Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a
legal holiday, that day will be omitted from the computation. legal Holidays: New Year's Day, Martin Luther King
Day, Memorial Day, 4th of July, labor Day, Veterans Day, Thanksgiving Day and the following Friday, and
. Christmas Day.
Defective-An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or
GC-1
Page 1 of~
5'Z..
Revi.sion Date
August 2001
I
I
deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection,
reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to
PROFESSIONAL's recommendation of final payment, unless responsibility for the protection thereof has been
assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10).
.
I
Drawings-The drawings which show the character and scope of the Work to be performed and which have been
prepared or approved by PROFESSIONAL and are referred to in the Contract Documents.
I
Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no
such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia.
..
.
Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which
does not involve a change in the Contract Price or the Contract Time.
-
-
General Requirements-Sections of Division I of the Specifications.
Laws or Regulations-Laws, rules, regulations, ordinances, codes and/or orders.
Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon compliance
by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified,
OWNER will sign and deliver the Agreement.
Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL) fixing
the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform
CONTRACTOR'S obligations under the Contract Documents.
OWNER- Augusta, Georgia, and the Augusta-Richmond County Commission.
Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended or for a related
purpose) before reaching Substantial Completion for all the Work.
PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person designated to
perform the design and/or resident engineer services for the Work.
PROGRAM MANAGER- The professional firm or individual designated as the representative or the OWNER
who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is
part of an OWNER designated program.
Project-The total construction of which the Work to be provided under the Contract Documents may be the
whole, or a part, as indicated elsewhere in the Contract Documents.
Project Area-The area within which are the specified Contract Limits of the improvements contemplated to be
constructed in whole or in part under this Contract.
Project Manager-The professional in charge, serving OWNER with architectural or engineering services, his
successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having in
charge the work embraced in this Contract.
Resident Project Representative-The authorized representative of PROFESSIONAL as PROGRAM MANAGER
who is assigned to the site or any part thereof.
Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by
GC-2
Page 2 of 53
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
Auquat 2001
or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules,
performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by
CONTRACTOR to illustrate material or equipment for some portion of the Work.
Specifications-Those portions of the Contract Documents consisting of written technical descriptions of
materials, equipment, construction systems, standards and workmanship as applied to the Work and certain
administrative details applicable thereto.
Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other
SUBCONTRACTOR for the performance of a part of the Work at the site.
Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the opinion
of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is
sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be
used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due
in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as
applied to any Work refer to Substantial Completion thereof.
Supplementary Conditions-The part of the Contract Documents which amends or supplements these General
Conditions.
Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor.
Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other
such facilities or attachments, and any encasement containing such facilities which have been installed
underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum
products, telephone or other communications, cable television, sewage and drainage removal, traffic or other
control systems, or water.
Unit Price Work-Work to be paid for on the basis of unit prices.
Work-The entire completed construction or the various separately identifiable parts thereof required to be
furnished under the Contract Documents. Work is the result of performing services, furnishing labor and
furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as
required by the Contract Documents.
Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the
Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or
revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be
performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change
Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that the
change directed or documented by a Work Change Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time
as provided in Article 10.
Written Amendment-A written amendment of the Contract Documents, signed byOWNER and CONTRACTOR
on or after the Effective Date of the Agreement and normally dealing with the non-engineering or non-technical
rather than strictly Work-related aspects of the Contract Documents.
GC-3
Page 3 of 53
I
-
aev i8 ion 04 to
Auqust 2001
I
I
I
ARTICLE 2-PRELlMINARY MATTERS
Delivery of Bonds:
2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also
deliver to OWN ER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract
Documents.
Copies of Documents:
I
2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1) complete
set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings
and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY upon
CONTRACTOR's request and at CONTRACTOR's expense, which will be OWNER's standard charges for
printing and reproduction.
.
I
-
.1
.
Commencement of Contract Time, Notice to Proceed:
2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed
may be given at any time after the Effective Date of the Contract.
Starting the Project:
..
..
2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be
done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior
to date on which Contract Time commences shall be at the sole risk of CONTRACTOR.
Before Starting Construction:
2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent figures shown thereon and all applicable field
measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error,
ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or
clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall be
liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if
CONTRACTOR knew or reasonably should have known thereof.
2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General
Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review:
2.6.1. an estimated progress schedule indicating the starting and completion dates of the various stages
of the Work:
2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and
2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of
items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to
serve as the basis for progress payments during construction. Such prices will include an appropriate amount of
overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the
time of submission.
GC-4
Page 4 of 53
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to
each additional insured identified in the Supplementary Conditions, an original policy or certified copies of each
insurance policy (and other evidence of insurance which OWNER may reasonably request) which
CONTRACTOR is required to purchase and maintain in accordance with Article 5.
Pre-construction Conference:
2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER,
PROFESSIONAL and others as appropriate will be held to establish a working understanding among the parties
as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop
Drawings and other submittals, processing applications for payment and maintaining required records.
Finalizing Schedules:
2.9. At least ten days before submission of the first Application for Payment, a conference attended by
CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules
submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calerdar days to
make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be
made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and PROFESSIONAL as
provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as
providing an orderly progression of the Work to completion within any specified Milestones and the Contract
Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling
or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor. The finalized
schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as
providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of
values shall be approved by PROFESSIONAL as to form and substance.
CONTRACTOR, in addition' to preparing an initially acceptable schedule, shall be responsible for
maintaining the schedule, including updating schedule. Schedule updates shall include progression of work as
compared to scheduled progress on work. Schedule updates shall accompany each pay request.
GC-5
Page 5 of 53
II
iiiiiii
Revision Date
August 2001
.
=
ARTICLE 3-CONTRACT DOCUMENTS; INTENT,
-
-
AMENDING, REUSE
Intent:
!!!!!!
-
3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR
concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if
called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia.
-
.
3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part
thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that
may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being
required to produce the intended result will be supplied whether or not specifically called for. When words or
phrases which have a well-known technical or construction industry or trade meaning are used to describe Work,
materials or equipment, such words shall be interpreted in accordance with that meaning.
3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the
Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the
provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or
instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions
of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the
provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and
interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided in paragraph 904.
304. Reference to standards, specifications, manuals or codes of any technical society, organization or
association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or
by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the
time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids). except as may be
otherwise specifically stated in the Contract Documents.
3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or
discrepancy within the Contract Documents or between the Contract Documents and any provision of any such
Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or
code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL
in writing at once and before proceeding with the Work affected thereby and shall obtain a written interpretation
or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or
PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents
unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof.
Amending and Supplementing Contract Documents:
3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the
Work or to modify the terms and conditions thereof in one or more of the following ways:
3.6.1. a formal Written Amendment,
3.6.2. a Change Order (pursuant to paragraph 10.3), or
3.6.3. a Work Change Directive (pursuant to paragraph 1004).
GC-6
Page 6 of 53
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B
D
I
Revision Date
August 2001
As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a Change
Order or a Written Amendment.
3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor
variations and deviations in the Work may be authorized in one or more of the following ways:
3.7.1. a Field Order (pursuant to paragraph 9.5).
3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and
6.26), or
3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4).
Reuse of documents: .
3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization
performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire
any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any
thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall
not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the
Project or any other project without written consent of OWNER and PROFESSIONAL and specific written
verification or adaptation by PROFESSIONAL.
GC-7
Page 7 of 53
-
iiii
Revision DAte
Auquat 2001
.
ARTICLE 4-AVAILABILlTY OF LANDS, PHYSICAL
CONDITIONS; REFERENCE POINTS
-
Availability of Lands:
-
4.1. OWN ER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to
be performed, rights-of-way and easements for access thereto, and such other lands which are designated for
the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be borne
by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of
any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing
these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as provided in Articles
11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto that may be required
for temporary construction facilities or storage of materials and equipment.
-
Physical Conditions:
4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of
those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been
utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to existing
surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been
utilized in preparing the Contract Documents.
4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such
reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for such
reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER,
PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to:
4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including but
not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be
employed by CONTRACTOR and safety precautions and programs incident thereto, or
4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings, or
4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such
data, interpretations, opinions or information.
4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or
otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents
or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to
exist and generally recognized as inherent in construction activities of the character provided for in the Contract
Documents, then CONTRACTOR shall give OWNER notice thereof promptly before conditions are disturbed and
in no event later than 48 hours after first observance of the conditions.
4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they differ
materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for, performance of
any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable adjustment in the
Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine that the conditions at
the Site are not materially different from those indicated in the Contract Documents or are not materially different
from those ordinarily found and that no change in the terms of the Contract is justified, the PROFESSIONAL
shall notify CONTRACTOR of the determination in writing. The Work shall be performed after direction is
GC-B
Page 8 of 53
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Da.te
August 2001
. provided by the PROFESSIONAL.
Physical Conditions-Underground Facilities:
4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with
respect to existing Underground Facilities at.or contiguous to the site is based on information and data furnished
to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others. Unless it is
otherwise expressly provided in the Supplementary Conditions:
4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of
any such information or data; and
4.3.'1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall
have full responsibility for reviewing and checking all such information and data for locating all Underground
Facilities shown or indicated in the Contract Documents, for coordination of theWork with the OWNER'S of such
Underground Facilities during construction, for the safety and protection thereof as provided in paragraph 6.20
and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having
been included in the Contract Price.
4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not
reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof
and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22,
identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to
OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determine
the extent to which the Contract Documents should be modified to reflect and document the consequences of
the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the
extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such
Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Con-
tract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the existence
of any Underground Facility that was not shown or indicated in the Contract Documents and which
CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as
to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.
Reference Points:
4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in
PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General
Requirements), shall protect and preserve the established reference points and shall make no changes or
relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL
whenever any reference point is lost or destroyed or requires relocation because of necessary changes in
grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points
by professionally qualified personnel.
GC-9
Page 9 of 53
-
Iii
..
Revision Date
Auqust 2001
I
.
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
.
ill
4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive
Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or
identified in the Contract Documents to be within the scope of the Work and which may present a substantial
danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be
responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone
else for whom CONTRACTOR is responsible.
I
-
-
4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition and
in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and
PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with
PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous
condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection
with such hazardous condition or in any such affected area until after OWNER has obtained any required
permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition
and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special
conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to
entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of
such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed,
either party may make a claim therefor as provided in Articles 11 and 12.
.
-
-
iiii
-
-
"""
4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work
based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions,
then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or
in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to
entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of
deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12.
OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in
accordance with Article 7.
4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous
Waste or Radioactive Material uncovered or revealed at the site.
GC-10
Page 10 of 53
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B
I
I
I
o
Revision Dllt.
August 2001
ARTICLE 5-BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to
the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations under
the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final
payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents.
CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All
Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by
such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable
Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended)
by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be
accompanied by a certified copy of the authority to act.
Licensed Sureties and Insurers; Certificates of Insurance
5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained by
CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the
State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds signed
by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance companies
shall also meet such additional requirements and qualifications as may be provided in the Supplementary
Conditions.
5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in 5.3,
an original or a certified copy of the complete insurance policy for each policy required, certificates of insurance
(and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR
is required to purchase and maintain in accordance with 5.3.
5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes
insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases
to meet the requirements of paragraph 5.1, CONTRACTOR shall within five days thereafter substitute another
Bond and Surety, both of which must be acceptable to OWNER.
CONTRACTOR's Liability Insurance:
5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other
insurance as is appropriate for the Work being performed and furnished and as will provide protection from
claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the
Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or
furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of them to
perform or furnish any of the Work, or by anyone for whose acts any of them may be liable:
5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar employee
benefit acts; .
5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of
CONTRACTOR's employees; .
GC-11
Page 11 of 53
-
.
-
-
Revision Date
Auqust 2001
-
.
!II
5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other
than CONTRACTOR's employees;
.
.
5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any
person as a result of an offense directly or indirectly related to the employment of such person by
CONTRACTOR, or (b) by any other person for any other reason;
.
5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible
property wherever located, including loss of use resulting therefrom;
-
.
5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or
death of any person or for damage to property; and
-
=
!II
5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising
out of the OWNERSHIP, maintenance or use of any motor vehicle.
.
.
The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not less
than the limits of liability and coverage's provided in the Supplementary Conditions, or required by law,
whichever is greater. The comprehensive general liability insurance shall include completed operations
insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or
other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled,
materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER,
PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remain in effect until
final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing
defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such completed
operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation
of such insurance at final payment and one year thereafter.
-
Contractual Liability Insurance:
5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual
liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33.
OWNER's Liability Insurance:
5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance,
and/or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will
protect OWNER against claims which may arise from operations under the Contract Documents.
Property Insurance:
5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain
property insurance upon the Work at the site to the full insurable value thereof (subject to such deductible
amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This
insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors, PROGRAM MANAGER,
PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall be listed as insureds or
additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk"
insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water
damage, and such other perils as may be provided in the Supplementary Conditions, and shall include damages,
GC-12
Page 12 of 53
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
o
I
Revision Date
Auquat 2001
losses and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement of
any insured property (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys
and other PROFESSIONALs). If not covered under the "all risk" insurance or otherwise provided in the
Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions
of the Work stored on and off the site or in transit when such portions of the Work are to be included in an
Application for Payment.
5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property
insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the
interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's consultants
in the Work, all of whom shall be listed as insured or additional insured parties. v
5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchased
and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement
that the coverage afforded will not be canceled or materially changed or renewal refused until at least thirty days
prior written notice has been given to CONTRACTOR by certified mail and will contain waiver provisions in
accordance with paragraph of 5.11 .2.
5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect
the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts
that are provided in the Supplementary Conditions. The risk of loss within the deductible amount will be borne by
CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes property insurance
coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense.
5.10. If CONTRACTOR requests in writing that other special insurance be included in the property
insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to
CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at
the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured
by OWNER.
Waiver of Rights:
5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages
caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7
and other property insurance applicable to the Work, and also waive all such rights against the Subcontractors,
PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in such policies for
losses and damages so caused. As required by paragraph 6.11, each subcontract between CONTRACTOR and
a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR,
PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds. None of the above
waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by
OWNER as trustee or otherwise payable under any policy so issued.
5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and
5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by
the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of
payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as
insureds or additional insureds, and if the insurers require separate waiver forms to be signed by
PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are
required of any Subcontractor, CONTRACTOR will obtain the same.
GC-13
Page 13 of 53
-
-
Revision Date
August 2001
-
-
Receipt and Application of Proceeds:
-
5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be
adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may appear,
subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a
separate account any money so received and shall distribute it in accordance with such agreement as the
parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or
replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an
appropriate Change Order or Written Amendment.
-
-
.
Receipt and Application of Insurance Proceeds
-
-
-
-
5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one of
the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise
of this power. If such objection be made, OWNER, as trustee, shall make settl.ement with the insurers in
accordance with such agreement as the parties in interest may reach. If required in writing by any party in
interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper performance
of such duties.
-
Acceptance of Insurance:
5.14. If OWN ER has any objection to the coverage afforded by or other provisions of the insurance
required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the
basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing thereof
within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If
CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of insurance
required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of
their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof within
ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with paragraph 2.7.
OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance
provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such
notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other
as complying with the Contract Documents.
Partial Utilization-Property Insurance:
5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to
Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with
paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the
property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces-
sitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or
policies, but the property insurance shall not be canceled or lapse on account of any such partial use or
occupan,cy.
Indemnification
5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its
employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses,
including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such
GC-14
Page 14 of 53
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
a.vision Date
August 2001
liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or
death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is
caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or
indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or not it is
caused in whole or in part by the negligence or other fault of a party indemnified hereunder.
5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of
CONTRACTOR, any SU BCONTRACTOR, anyone directly or indirectly employed by any of them, or anyorn for
whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be
limited in any way as to the amount or type of damages, compensation or benefits payable by or for
CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or
other employee benefit acts.
5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly
employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys'
fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in
connection with any alleged infringement of such rights.
GC-15
Page 15 of 53
-
.
I!!!!!!
Revi.ion Date
August 2001
.
;;
.....
ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES
-
-
-
6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such
attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance
with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques,
sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of
others in the design or specification of a specific means, method, technique, sequence or procedure of
construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR
shall be responsible to see that the finished Work complies accurately with the Contract Documents.
I
-
-
-
-
.
-
6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident
superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under
extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall
have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding
as if given to CONTRACTOR.
-
-
.
-
-
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and layout the
Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times
maintain good discipline and order at the site. Except in connection with the safety or protection of persons or
the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract
Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not
permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's
written consent given after prior written notice to PROFESSIONAL.
6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume
full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools,
appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities
and incidentals whether temporary or permanent necessary for the execution, testing, initial operation, and
completion of the Work as required by the Contract Documents.
6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the
Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and quality of materials and equipment. All materials and
equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the
instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision
of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants,
agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or
any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15.
Adjusting Progress Schedule:
6.6. CONTRACTOR shall submit to PROFESSIONAL for' acceptance to the extent indicated in
paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; these
will conform generally to the progress schedule then in effect and additionally will comply with any provisions of
the General Requirements applicable thereto.
Substitutes or "Or-Equal" Items:
GC-16
Page 16 of 53
I
I
I
I
I
.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
\
I
I
I
I
..
I
I
!!!
I'
.1
~
R.evision Oat.
Auqus't. 2001
6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using
the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to
establish the type, function and quality required. Unless the name is followed by words indicating that no
substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if
sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material or
equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL will
include the following as supplemented in the General Requirements. Requests for review of substitute items of
material and equipment will not be accepted by PROFESSIONAL from anyone other than CONTRACTOR. If
CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make
written application to PROFESSIONAL for acceptance thereof, certifying that the proposed substitute will.
perform adequately the functions and achieve the results called for by the general design, be similar and of
equal substance to that specified and be suited to the same use as that specified. The application will state that
the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of
Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a
change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work
on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the
substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the
proposed substitute from that specified will be identified in the application and available maintenance, repair and
replacement service will be indicated. The application will also contain an itemized estimate of all costs that will
result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other
contractors affected by the resulting change, all of which shall be considered by PROFESSIONAL In evaluating
the proposed substitute, PROFESSIONAL may require CONTRACTOR to furnish at CONTRACTOR's expense,
additional data about the proposed substitute.
6.7.2. If a speCific means, method, technique, sequence or procedure of construction is indicated in or
required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method,
sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits
sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that
indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar
to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the General
Requirements.
6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed
substitute, PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installed or
utilized without PROFESSIONAL's prior written acceptance which will be evdenced by either a Change Order or
an approved Shop Drawing. OWNER may require CONTRACTOR to furnish, at CONTRACTOR's expense, a
special performance guarantee or other surety with respect to any substitute. PROFESSIONAL will record time
required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions proposed by
CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not
PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the charges of
PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. .
Concerning Subcontractors, Suppliers and Others:
6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization
(including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2) whether initially
or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR
shall not be required to employ any Subcol')tractor, Supplier or other person or'organization to furnish or perform
any of the Work against whom CONTRACTOR has reasonable objection. .
6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or other
persons or organizations including those who are to furnish the principal items of materials and equipment to be
GC-17
Page 17 of 53
Revision Data
Auqu.st 2001
submitted to OWNER prior to the Effective Date of the Agreement for acceptance by OWNER and
PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary
Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or byfailing to make written objection
thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents)
of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of
reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable
substitute, the Contract Price will be increased by the difference, and the cost occasioned by such substitution
and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or
PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver
of any right of OWNER or PROFESSIONAL to reject defective Work.
6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and
omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of
the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for
CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual
relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or
organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to payor to see to the
payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may
otherwise be required by Laws and Regulations.
6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not
control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be
performed by any specific trade.
6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate
agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the
applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and
contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a just
share of any insurance moneys received by CONTRACTOR on account of losses under poicies issued pursuant
to paragraphs 5.6 and 5.7.
Patent Fees and Royalties:
6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use i1
the performance of the Work or the incorporation in the Work of any invention, design, process, product or
device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and
hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either ofthem from
and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration costs
arising out of any infringement on patent rights or copyrights incident to the use in the performance of the Work
or resulting from the incorporation in the Wor~ of any invention, design, process, product or device not specified
in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such
rights.
Permits:
6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental charges
and inspection fees, and all public utility charges which are applicable and necessary for the execution of the
Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and paid for by
OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting process will be
considered for time extensions only and no damages or additional compensation for delay will be allowed.
Laws and Regulations:
GC-18
Page 18 of 53
I
I
I
I
I
I
I
I
I
I
I
I
I
\
I
i
I
I
I
)
I
\
I
.
I
I
)
I
It
1
D
I
,
I
I
Revi.sion Date
August 2001
6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to
furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and
Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's
compliance with any Laws or Regulations.
6.14.2. If CONTRACTOR observes that any of the Contract Documen~s are oontradictory to such laws,
rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall then
be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or should
have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to the
Project Manager, it shall bear all related costs.
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in
accordance with the Laws and Regulations of the place of the Project which are applicable during the
performance of the Work. .
Use of Premises:
6.16. CONTRACTOR shall confine construction equipnent, the storage of materials and equipment and
the operations of workers to the Project site and land and areas identified in and permitted by the Contract
Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements.
CONTRACTOR shall not unreasonably encumber the premises with construction equipment or other materials
or equipment. Any loss or damage to CONTRACTOR's or any Subcontractor's equipment is solely at the risk of
CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to
the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of .
the Work. 'Should any claim be made against OWNER or PROFESSIONAL by any such OWNER or occupant
because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party
by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent .
permitted by. Laws and Regulations, indemnify and hold OWNER harmless from and against all claims,
damages, losses and expenses (including, but not limited to, fees of PROFESSIONALs, architects, attorneys
and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any
action, legal or equitable, brought by any such other party against OWNER to the extent based on a claim
arising out of CONTRACTOR's performance of the Work.
6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from
accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work. At the
completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about the
premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and
shall leave the site clean and ready for occupancy by OWNER. CONTRACTORshall restore to original condition
all property not designated for alteration by the Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner
that will endanger-the structure, nor shall CONTRACTOR subject'any part of the Workor adjacent property to
stresses or pressures that will endanger them. .
Record Documents:
6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents
and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all
changes made during the construction process. These shall be available to PROFESSIONAL and the Project
GC-19
Page 19 of 53
Rovisiall. Da.te
August 2001
Manager and shall be submitted with the Application for Final Payment.
Safety and Protection:
6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored
equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment
or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide
the necessary protection to prevent damage, injury or loss to:
6.20.1. all employees on the Work and other persons and organizations who may be affected thereby;
6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or
off the site; and
6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements,
roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement
in the course of construction.
CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for
the safety of persons or property or to protect them from damage, injury or loss; and shall ~rect and maintain all
necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of adjacent property
and of Underground Facilities and utility OWNERs when prosecution of the Work may affect them, and shall
cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury
or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part,
by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly
employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be
liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or
Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone employed by either of them
or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in
part, to the fault or negligence of CONTRACTOR). CONTRACTOR's duties and responsibilities for the safety
and protection of the Work shall continue until such time as all the Work is completed and PROFESSIONAL has
issued a notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the Work is
acceptable (except as otherwise expressly provided in connection with Substantial Completion).
I
6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the
prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise
, designated in writing by CONTRACTOR to the Project Manager.
Emergencies:
6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or
adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL orOWNER,
is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFESSIONAL
prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the
Contract Documents have been caused thereby. If PROFESSIONAL determines that a change in the Contract
Documents is required because of the action taken in response to an emergency, a Work Change Directive or
Change Order be issued to document the consequences of the changes or variations.
6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to any
person on the Site, whether or not such person was engaged in the construction of the Project, and shall file a
written report on such person(s) and any other event resulting in property damage of any amount within five (5)
GC-20
Page 20 of 53
i
I
1
I
\
I
I
I
I
I
I
I
I
I
I
I
.
I
1
I
1
I
I
I
I
I
\
I
I
\
I
,
I
g
o
aevision Oat..
August 2001
days of the occurrence.
6.22.2. ,If PROFESSIONAL determines that a change in the Contract Documents is required becauseof
the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to
document the consequences of such action.
Shop Drawings and Samples:
6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to
PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and
samples required by the Contract Documents. All submittals and samples shall have been checked by and
stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data shown
on or with the submittals will be complete with respect to dimensions,design criteria, materials and any other
information necessary to 'enable PROFESSIONAL to review the submittal as required. At the time of each
submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample
may have from the requirements of the Contract Documents.
6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and
approval shall be only for conformance with the design concept of the Project and compliance with the
information given in the Contract Documents. The approval of a separate item as such will not indicate approval
of the assembly in which the item functions. CONTRACTOR will make any corrections required by
PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR's
stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and
OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria,
materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or
coordinated with the requirements of the Work and the Contract Documents.
6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has
been approved by PROFESSIONAL; A copy of each approved submittal and each approved sample shall be
kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER. Any
delays associated with the submittal process will be considered for time extensions only, and no damages or
additional compensation for delay will be allowed.
6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined and
verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog
numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with
other Shop Drawings and samples and with the requirements of the Work and the Contract Documents.
6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written
notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract
Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to
PROFESSIONAL for review and approval of each such variation.
6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and
samples, but PROFESSIONAL's review and approval will be only for conformance with the design. concept of the
Project and for compliance with the information given in the Contract Documents and shall not extend to means,
methods, techniques, sequences or procedures' of construction (except where a specific means, method,
technique, sequence or procedure of construction is indicated in or required by the ContraGt Documents) or to
safety precautions or programs incident thereto. The review and approval of a separate item as such will not
indicate approval of the assembly in which the item functions. .
6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from
GC-21
Page 21 of 53
-
~
.
a......i.ion 08.1;..
August 2001
I
I
I
I
I
I
I
I
responsibility for any variation from the (equirements of the Contract Documents unless CONTRACTOR has, in
writing, called PROFESSIONAL's attention to each such variation at the time of submission and the OWNER
has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not relieve
CONTRACTOR from responsibility for errors or omissions in the submittals.
6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of shop
drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed prior
to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole expense and
responsibility of CONTRACTOR.
Continuing the Work:
6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes
or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or
disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree
in writing.
Cleaning Up:
6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and
other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the
work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools,
construction equipment and machinery, and surplus materials and will leave the Site clean and ready for
occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition
to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain the
site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original
condition those portions of the site not designated for alteration by the Contract Documents.
-
-
-
-
-
Indemnification:
-
6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and employees
from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not
limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects, attorneys and other
PROFESSIONALs and court and arbitration costs) arising out of or resulting from the performance of the Work,
provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use
resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any
Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish
any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in
part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the
negligence of any such party.
6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of their
consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or
organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for
whose acts any of them may be liable, the indemnification obligation under paragraph 6.32 shall not be limited in
any way by any limitation on the amount or type of damages, compensation or benefits payable by or for
CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's
compensation acts, disability benefit acts or other employee benefit acts.
GC-22
Page 22 of 53
l
I
I
I
I
I
I
I
\
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
\
I
I
I
I
I
I
I
I
I
Revision Oat.
August 2001
6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of
PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or
approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications.
GC-23
Page 23 of 53
Rovision Oat.
Auqu!lt 2001
I
I
I
I
I
I
I
I
I
ARTICLE 7---0THER WORK
Related Work at Site:
7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, have
other work performed by aided OWNERs or let other direct contracts therefor which shall contain General
Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract
Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if
CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires
additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12.
7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a
direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper and
safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment
and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR
shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together
properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting,
excavating or otherwise altering their work and will only cut or alter their work with the written consent of
PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR
under this paragraph are for the benefit of such utility OWNERs and other contractors to the extent that there are
comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such
utility OWNERs and other contractors.
7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any
such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to
PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or
unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an
acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or
nonapparent defects and deficiencies in the other work.
.
-
Coordination:
7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the
person or organization who will have authority and responsibility for coordination of the activities among the
various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be
covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities
will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions,
neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination.
GC-24
Page 24 of 53
I
I
I
I
I
I
\
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,
I
I
I
I
I
I
Revi.ion Date
Auquet 2001
ARTICLE 8--.0WNER'S RESPONSIBILITIES
8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communic~tions
to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL.
8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a
PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the
Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appoint-
ment shall be subject to arbitration.
8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13.
8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys
to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's
identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface
conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the
Drawings and Specifications.
8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance
are set forth in paragraphs 5.5 through 5.8.
8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3.
8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in
paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1.
Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances.
GC-25
Page 25 of 53
....
-
Revision Date
AUgus't. 2001
I
I
I
I
I
I
I
-
ARTICLE 9---PROFESSIONAL'S STATUS DURING
CONSTRUCTION
OWNER's Representative:
9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and
responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during
construction are set forth in the Contract Documents and shall not be extended without written consent of
OWNER and PROFESSIONAL.
Visits to Site:
9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of
construction to observe the premises and quality of the executed Work and to determine, in general, if the Work
is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make
exhaustive or continuous on-site inspections to check the quality or quantity of the Work. PROFESSIONAL's
efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will
conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and
qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work
and will endeavor to guard OWNER against defects and deficiencies in the Work.
-
-
Project Representation:
9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project
Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities
and limitations of authority of any such Resident Project Representative and assistants will be as provided in the
Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not
PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of authority of such other
person will be as provided in the Supplementary Conditions.
Clarifications and Interpretations:
9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract
Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably requested
by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the Contract
Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in
the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in Articles 11 or 12.
Authorized Variations in Work:
9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements ofthe Contract
Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent
with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be
binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If
CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the
Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may
make a claim therefor as provided in Article 11 or 12.
GC-26
Page 26 of 53
I
I
\
I
i
I
I
I
1
I
\
I
,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
Revision Date
AU.g'ut 2001
Rejecting Defective Work:
9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes
to be defective and will also have authority to require special inspection or testing of the Work as provided in
paragraph 13.9, whether or not the Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Payments:
9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see
paragraphs 6.23 through 6.29 inclusive.
9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11 and
12.
9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment, etc.,
see Article 14.
Determinations for Unit Prices:
9..10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work
performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary
determinations on such matters before rendering a written decision thereon (by recommendation of an
Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and binding
upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, eitherOWNER
or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written notice of
intention to appeal from such a decision.
Decisions on Disputes:
9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and
judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability
of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance
and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the Contract Price or
Contract Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in
accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time. Written
notice of each such claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the
other party to the Agreement promptly (but in no event later than thirty days after the occurrence of the event
giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within
sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more
accurate data in support of the claim.
9.12. When functioning as interpreter and judge. under paragraphs 9.10 and 9.11, PROFESSIONAL will
not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or
-decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant to
paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been
waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition
precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise
have under the Contract Documents or by Laws orRegulations in respect of any such claim, dispute or other
GC-27
Page 27 of 53
a.vision Oat.
August 2001
matter.
-
-
-
-
Limitations on PROFESSIONAL's Responsibilities:
9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract
Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or
responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees.
I
.
9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any
Subcontractors, any agents or employees, or any other persons performing any of the Work.
I
I
I
I
9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques,
sequences, or procedures or the safety precautions and programs used. . PROFESSIONAL shall not be
responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents.
-
iii
-
GC-28
Page 28 of 53
I
I
1
I
I
I
I
I
I
I
I
I
I
j
I
}
I
I
I
I
I
i
I
I
I
!
I
I
Revi8ion DAte
Auquat 2001
ARTICLE 1 D--CHANGES IN THE WORK
10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions,
deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request,
identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a
written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request
calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the
proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not
be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable
conditions of the Contract Documents.
10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not
entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the
case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall
prevail irrespective of any conflicting provisions contained in these Contract Documents,
10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as
provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract
Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and
CONTRACTOR and submitted to OWNER for approval.
10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a
Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with
Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined to
be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR may
submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated to fully
perform the work as directed by the Work Change Directive.
10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER,
regardless of pending claim actions, unless otherwise agreed to in writing.
10.6. If notice of any change affecting the general scope of the, Work or the provisions of the Contract
, Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any
Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the
amount of each applicable Bond will be adjusted accordingly.
GC-29
Page 29 of 53
I
-
Revis ion Oat.
August 2001
I
-
ARTICLE 11-CHANGE OF CONTRACT PRICE
I
I
I
I
I
11.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments)
payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or
undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price.
11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any
claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party
making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days) after
the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the
amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless
PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim) and
shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct,
indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims
for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with paragraph 9.11
if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in
the Contract Price will be valid if not submitted in accordance with this paragraph 11.2.
I
11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the
Contract Price will be determined by the following procedures:
-
!!!!
-
11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and
acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are
approximations prepared by OWNER for bid purposes and that the actual compensation payable to
CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual
quantities of items involved as measured in the field and required to complete the Work as originally defined in
the Contract Documents.
11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as defined
in these Contract Documents, is required and affects the quantities required for items designed in the Bid
Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to
CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the
application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item required
to complete the Work as defined in the Contract Documents.
11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and
CONTRACTOR may establish unit prices as agreed on by Change Order.
11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work
is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount of
increase or decrease in the lump sum price shall be established by mutual agreement of the parties.
11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on a
price for the changed work, a reasonable price for the same shall be established by OWNER in accordance with
11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable price, in
accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the Change Order.
11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions
GC-30
Page 30 of 53
,
I
\
I
I
I
i
I
\
I
I
I
I
I
I
I
I
,
I
I
I
I
I
I
\
I
I
.
.
I
I
I
Revision Oat.
August 2001
within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs to
OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the
discretion of OWN ER. Determinations of aggregate monetary change for items identified as lump sum quantities
shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan
or authorized dimensions.
Cost of the Work:
11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by
CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by
OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall
include only the following items and shall not include any of the costs itemized in paragraph 11.5:
11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the
Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for
employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work.
Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall
include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's
compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
Such employees shall include superintendents and foremen at the site. The expenses of performing Work after
regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent
authorized by OWNER.
11.4.2. Cost of all materials and equipmerit furnished and incorporated in the Work, including costs of
transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash
discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to
make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and
refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and
CONTRACTOR shall make provisions so that they may be obtained.
11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by
Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors
acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of
PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same
manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions ofthe
Contract Documents insofar as applicable.
11.4.4. - Costs of special consultants (including but not limited to engineers, architects, testing
laboratories,- surveyors, attorneys and accountants) employed for services specifically related to the Work.
11.4.5. Supplemental costs including the following:
11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRAC-
TOR's employees incurred in discharge of duties connected with the Work.
11.4.5.2. Cost, including transportation and maintenance, of all materials, sLipplies, equipment, machin-
ery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are
consumed in the performance of the Work, and cost less market value of such items used but not ~onsumed
GC-31
Page 31 of 53
Revis ion De. te
August 2001
I
I
I
I
I
I
I
I
which remain the property of CONTRACTOR.
11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented
from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of
PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal
thereof-all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or
parts shall cease when the use thereof is no longer necessary for the Work.
11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is
liable, imposed by Laws and Regulations.
11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or any-
one directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty
payments and fees for permits and licenses.
11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to
the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the
Work (except losses and damages within the deductible amounts of property insurance established by OWNER
in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of
CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts
any of them may be liable. Such losses shall include settlements made with the written consent and approval of
OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose.of
determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction and
CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that
stated in paragraph 11.6.2.
I
-
-
11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site.
11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the
site, expressage and similar petty cash items in connection with the Work.
11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the
Work and premiums of property insurance coverage within the limits of the deductible amounts established by
OWNER in accordance with paragraph 5.6.
-
11.5. The term Cost of the Work shall not include any of the following:
11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of
partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors,
accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel employed
by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administra-
tion of the Work and not specifically included in the agreed upon schedule of job classifications referred to in
paragraph 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered administrative
costs covered by CONTRACTOR's Fee.
11 .5.2. Expenses of CONTRACTOR's principal area branch offices other then CONTRACTOR's office
at the site.
11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital
GC-32
Page 32 of 53
I
I
I
I
1
I
1
I
\
I
I
I
I
I
.
.
I
I
I
I
I
I
I
I
,
I
I
I
I
I
I
I
Revilion Oat..
August 2001
used for the Change Order Work and charges against CONTRACTOR for delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required
by the Contract Documents to purchase and maintain th"e same (except for the cost of premiums covered by
subparagraph 11.4.5.9 above).
11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or
indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the
correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage
to property.
11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically
and expressly included in paragraph 11.4.
CONTRACTOR's Fee:
11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as
follows:
11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon;
11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work:
11.6.2.1. for costs incurred under paragraphs 11 .4.1 and 11.4.2, CONTRACTOR's Fee shall be fifteen
percent,
11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a
subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on
account of overhead and profit of al.' Subcontractors shall be fifteen percent,
11.3,
11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and
11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which
results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRAC-
TOR's Fee by an amount equal to ten percent of the net decrease, and
11.6.2.5. when both additions and credits are involved in anyone change, the adjustment in CON-
TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 1.1 :6.2.1
through 11 .6.2.4,inclusive.
11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with
supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount
of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in
cost will be the amount of the actual net decrease in direct cost as determined by the Project Manager, plus the
applicable reduction in overhead and profit. When both additions and credits are involved in any change, the
combined overhead and profit shall be calculated on the basis of the net change, whether an increase or
GC-33
Page 33 of 53
Revision Date
Auqust 2001
I
I
I
I
I
I
I
I
-
decrease. In any event, the minimum detail shall be an itemization of all man-hours required by discipline/trade
with the unit cost per man-hour and total labor price, labor burden, equipment hours and rate for each piece of
equipment, material by units of measure and price per unit, other costs specifically itemized, plus the overhead
and profit markup.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named
in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or
Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL
CONTRACTOR agrees that:
11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of
materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and
11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs,
overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price
and not in the allowances. No demand for additional payment on account of any thereof will be valid.
Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to
reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price
shall be correspondingly adjusted.
.
=
Unit Price Work:
-
-
11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed .to include for all Unit Price Work an amount equal to the sum of the
established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each
item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and
are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by
PROFESSIONAL in accordance with Paragraph 9.10.
11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be
adequate to cover CONTRACTOR's overhead and profit for each separately identified item.
11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs
materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no
corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that
CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an
increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount of
any such increase.
GC-34
Page 34 of 53
I
I
I
I
)
I
i
I
!
I
,
I
.
!
I
./
I
I
I
I
I
I
I
I
I
I
l
I
I
I
I
I
,
I
a.vision Date
August 2001
ARTICLE 12--CHANGE OF CONTRACT TIME
12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the
Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar.
days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to
PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER
allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set
forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond
CONTRACTOR's control or fault.
12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or
completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or by
any separate CONTRACTOR employed byOWNER, or by changes ordered inthe Work, or by labor disputes,
fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR
using reasonable diligence, or any causes beyond CONTRACTOR's control or fault, then the Contract Time
shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall
be entitled to an extension of time for such causes only for the number of days of delay which OWNER may
determine to be due solely to such causes and only to the extent such occurrences actually delay the completion
ofthe Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract
Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary, no
interruption, interference, inefficiency, suspension or delay in the performance, progress, commencement or
completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may
be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to
damages or additional compensation from OWNER. CONTRACTOR's sole and exclusive remedy against
OWNER for interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the
right to seek an extension to the Contract Time in accordance with the procedures set forth herein.
GC-35
Page 35 of 53
-
-
.
-
Revision Oa.te
AUgus't 2001
ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL
OR ACCEPTANCE OF DEFECTIVE WORK
11III
-
Warranty and Guarantee:
.
.
-
13.1. CONTRACTOR warrants and guarantees toOWNER that all materials and equipment will be new
unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner, free
from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections,
tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work not conforming
to the requirements of the Contract Documents or such inspections, tests, approvals, or all applicable building,
construction and safety requirements shall be considered defective. Notice of all defects shall be given to
CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or
accepted as provided in this Article.
.
.
-
-
-
-
Access to Work:
-
~
13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated
representatives of OWNER, and authorized representatives of any regulatory agency shall at alltimes be given
access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the Work
and also for any inspection or testing by others.
Tests and Inspections:
13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority
having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than
CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore.
13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or
approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other
inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for
inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours per
week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled away
from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection, testing,
or approval. All such tests will be in accordance with the methods prescribed by the American Society for
Testing and Materials or such other applicable organizations as may be required by law or the Contract
Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of
PROFESSIONAL and at CONTRACTOR's expense.
13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any public
body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by
PROFESSIONAL if so specified).
13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered
without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for
observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given
PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not
acted with reasonable promptness in response to such notice.
GC-36
Page 36 of 53
,
I
I
I
I
I
,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Da't_
Auqust 2001
13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals
by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the Work in
accordance with the requirements of the Contract Documents.
Uncovering Work:
13.8. If any Work required tobe inspected, tested or approved is covered prior thereto without the prior
written approval of PROFESSIONAL, or if any Work is covered contrary to the request of PROFESSIONAL, the
Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and
replaced at CONTRACTOR's expense.
13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by
PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall
uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may
require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found
that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such uncovering,
exposure, observation, inspection and testing and of satisfactory reconstruction (including but not limited to fees
and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and OWNER shall be
entitled to an appropriate decrease in the Contract Price and, if the parties are unable to agree as to the amount
thereof, OWNER may make a claim therefor as provided in Article 11. If, however, such Work is not found to be
defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract
Time, or both, directly attributable to such uncovering,. exposure, observation, inspection, testing and
reconstruction, and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may
make a claim therefor as provided in Articles 11 and 12.
OWNER May Stop the Work:
13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or
suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or equipment
or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order CONTRACTOR
to stop the Work until the cause for such order has been eliminated. However, this right of OWNER to stop the
Work shall not give rise to any duty on the part of OWNER to exercise this' right for the benefit of CONTRACTOR
or any other party. CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract
Time or other damages for a stop work order under this paragraph.
Correction or Removal of Defective Work:
13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, withput cost toOWNER and
as specified by PROFESSIONAL, either correctthe defective Work whether fabricated, installed, or completed,
or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not correct such
defective Work or remove and replace such defective Work within a reasonable time, as specified in a written
notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs of such
correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR. CONTRACTOR will
also bear the ~xpense of correcting or removing and replacing all Work of others destroyed or damaged by the
correction, removal, or replacement of the defective Work.
GC-37
Page 37 of 53
-
-
::
a.vision Dato
Auqust 2001
One Year Correction Period:
13.12. If, after approval of final payment and prior to the expiration of one year after the date of
substantial completion or such longer period of time as may be prescribed by law or by the terms of any
applicable special guarantee required by the Contract Documents, any Work or materials are found to be
defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall
promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such
defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non-defective
Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the
defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal
and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other
professionals) will be paid by CONTRACTOR.
-
-
Acceptance of Defective Work:
13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and,
prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL) prefers to accept it, OWNER
may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's
evaluation of and determination to accept such defective Work (such costs to be approved by PROFESSIONAL
as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys
and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final
payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with
respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the
parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article
11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR
to OWNER.
OWNER May Correct Defective Work:
13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to
proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in
accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract
Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents, OWNER
may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising
the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to
complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site, take
possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of
CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the
Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are
stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees such
access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this
paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be
charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a
Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to
the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, ifthe parties are
unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such
direct, indirect and consequential costs will include, but not be limited to, fees and charges of engineers,
architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of
GC-38
Page 38 of 53
I
i
I
I
\
I
I
I
I
I
I
I
I
I
I
I
I
I
*
*
I
I
I
Revision Da.te
August 2001
others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work.
CONTRACTOR shall not be allowed an extension of the ContractTime because of any delay in performance of
the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder.
Neglected Work by CONTRACTOR
13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents,
including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit a
recovery plan and take specific corrective actions including, but not limited to, employing additional workmen
and/or equipment, and working extended hou rs and additional days, all at no cost to OWN ER in order to put the
Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective action,
OWN ER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the
Work done by others. The cost of completion under such procedure shall be charged against CONTRACTOR.
A Change Order shall be issued incorporating the necessary revisions in the Contract Documents, including an
appropriate reduction in the Contract Price. If the payments due CONTRACTOR are not sufficient to cover such
amount, CONTRACTOR shall pay the difference to OWNER.
13.16. Should CONTRACTOR work overtime, weekends or holidays to regainthe schedue, all costs to
OWNER of associated inspection, construction management and resident engineers shall be identified to
CONTRACTOR and the Contract Price reduced by a like amount via Change Order.
GC-39
Page 39 of 53
!Iii!
-
Revision Date
August 2001
.
"
ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION
Hiiiii
ii
-
Schedule of Values:
14.2. At least twenty (20) calendar days before the date established for each progress payment (but
not more often than once a month). CONTRACTOR shall submit to PROFESSIONAL for review an application
for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the
application and accompanied by such supporting documentation as is requiredby the Contract Documents. If
payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and
suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be
accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the
materials and equipment free and clear of all liens and evidence that the materials and equipment are covered
by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will
be satisfactory to OWNER. Payment is subject to a ten percent (10%) retainage that will be held until the final
payment or acceptance by OWNER. The amount of retainage with respect to progress payments will be as
stipulated in the Agreement.
I
I
I
14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress
payments and will be incorporated into a form of application for Payment acceptable to Project Manager.
Progress payments on account of Unit Price Work will be based on the number of units completed.
Application for Progress Payment:
I
.
.
=
-
CONTRACTOR's Warranty of Title:
14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered
by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the
time of payment free and clear of all Liens.
Review of Applications for Progress Payment:
14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for Payment,
either indicate in writing a recommendation of payment and present the application to OWNER, or return the
application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to recommend
payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmitthe application.
OWNER shall, within thirty-one calendar days of presentation to him of the application for payment with
PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount recommended.
14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment will
constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site observations
of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROFESSIONAL's
review of the Application for Payment and the accompanying data and schedules, that the Work has progressed
to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and belief, the quality of the
Work is in accordance with the Contract Documents subject to an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract
Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10,
and to any other qualifications stated in the recommendation; and that CONTRACTOR is entitled to payment of
GC-40
Page 40 of 53
I
I
I
I
I
i
I
i
I
I
I
I
I
I
I
I
i
I
I
I
I
,
I
I
I
,
I
,
I
I
Revision Cae.
Auqust 2001
the amount recommended. However, by recommending any such payment, PROFESSIONAL will notthereby be
deemed to have represented that exhaustive or continuous on-site inspections have been made to check the
quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the
Contract Documents or that there may not be other matters or issues between the parties that might entitle
CONTRACTOR to be paid additionally by OWNER or OWNER'to withhold payment to CONTRACTOR.
14.6. PROFESSIONAL's recommendation offinal payment will constitute an additional representation
by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final
payment as set forth in paragraph 14.13 have been fulfilled.
14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in
PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL
may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the
results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as
may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because:
14.7.1. the Work is defective, or completed Work has been damaged requiring correction or
replacement.
14.7.2. the Contract Price has been reduced by Written Amendment or Change Order.
14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with
paragraph 13.14. or
14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in
paragraphs 15.2.1 through 15.2.9 inclusive.
OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims
have been made against OWNER on accou,nt of CONTRACTOR's performance or furnishing of the Work or
Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set against
the amount recommended, but OWNER must give CONTRACTOR immediate written nqtlce (with a copy to
PROFESSIONAL) stating the reasons for such action.
Substantial Completion:
14.8, When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall
notify OWNERand PROFESSIONAL in writing that the entire Work is substantially complete (except for items
specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a certificate of
Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL
shall make an inspection of the Work to determine the status of completion. If PROFESSIONAL does not con-
sider the Work substantially complete, PROFESSIONAL 'will notify CONTRACTOR in writing giving the reasons
therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will prepare and
deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial
Completion:There shall be attached to the certificate a tentative list of items to be completed or corrected before
final payment. OWNER 'shall have seven days after receipt of the tentative certificate during which to make
written objection to PROFESSIONAL as to any provisions of the certificate or attached list. If, after considering
such cibjections, PROFESSIO.NAL concludes that the Work is not substantially complete, PROFESSIONAL will,
within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing
GC-41
Page 41 of 53
I
-
Revision Oat.
August 2001
I
I
I
I
I
stating the reasons therefor. If, after consideration of OWNER's, objections,. PROFESSIONAL considers the
Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes
justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of
Substantial Completion, PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation
as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to
security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing
the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be binding
on OWNER and CONTRACTOR until final payment.
14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of
Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items
on the tentative list.
.
-
Partial Utilization:
14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (i)
has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and
CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by
OWNER for its intended purpose without significant interference with CONTRACTOR's performance ofthe
remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the
following:
14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such
part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CON-
TRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESS.lONAL that said part of the Work is
substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion for that part
of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that
CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and
request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a
reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an
inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider
that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR, in
writing, giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially
complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial
Completion of that part of the Work and the division of responsibility in respect thereof and access thereto.
14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permitOWNER to take over
operation of any such part of the Work although it is not substantially complete. A copy of such request will be
sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and
PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and
PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final
payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the
Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be
completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written
recommendation as to the division of responsibilities pending final payment between OWNER and
GC-42
Page 42 of 53
I
I
I
!
I
I
i
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
r
I
I
)
I
aevision Date
Auguat 2001
CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and
guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time
when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed
PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work, OWNER
shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other
related Work.
14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to
compliance with the requirements of paragraph 5.15 in respect of property insurance.
14.10.4.. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial
Occupancy.
Final Inspection:
14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion thereof
is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will notify
CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or
defective. CONTRACTOR shall immediately' take such measures as are necessary to remedy such defbiencies.
Final Application for Payment:
14.12. After CONTRACTOR has completed all such corrections to the satisfaction of PROFESSIOoJAL
and OWNER and delivered in accordance with the Contract Documents all maintenance and. operating
instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2,
certificates of inspection, marked-up record documents and other documents, CONTRACTOR may make
application for final payment following the procedure for progress payments. The final Application for Payment
shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract
Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to
final payment, and (Hi) complete and legally effective releases or waivers (satisfactory to OWN ER) of all liens
arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved
by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR that (i) the
releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii)
all payrolls, material and equipment bills and other indebtedness connected with the Work for which OWNER or
OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor
or supplier fails to furnish such a release or receipt in full. CONTRACTOR may furnish a bond or other collateral
satisfactory to OWNER to indemnify OWNERagainst any lien.
14.12.1. No application for final payment will be accepted by OWNER until approved as-built
. documents by CONTRACTOR are accepted and approved by PROFESSIONAL.
.14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER and
PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider, Subcontractor,
laborer or other party to ensure that payments due and owing by CONTRACTOR to any of them are or will be
made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of nonpayment by him.
CONTRACTOR agrees to defend and resolve all claims made by Subcontractors, indemnifying OWNER and
PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or material men orlaborer
services in connection with this project.
GC-43
Page 43 of 53
aevision DAte
Auqust 2001
14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any
damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the work
required by these contract documents.
-
-
Final Payment and Acceptance:
14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final
inspection and PROFESSIONAL's review of the final Application for Payment and accompanying documentation
as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and
CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will,
within ten (10) working days after receipt of the final Application for Payment, indicate in writing
PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment. At the
same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is
acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to
CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and resubmit the Application. . After the presentation to
OWNER of the application and accompanying documentation, in appropriate form and substance and with
PROFESSIONAL's recommendation and notice of acceptability, the amount recommended by PFOFESSIONAL
will become due and will be paid by OWNER to CONTRACTOR.
-
-
iiiii
;;;;;;
14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if
PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment
and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the balance
due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER
for Work not fully completed or corrected is less than the retainage stipulated in the Contract and if bonds have
been furnished as required in Article 5, the written consent of the surety to the payment of the balance due for
that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL
with the application for such payment. Such payment shall be made under the terms and conditions governing
final payment, except that it shall not constitute a waiver of claims.
CONTRACTOR's Continuing Obligation:
14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. Neither recommendation of any progress or final payment by
PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor any payment
by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the
Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to
do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance
of a notice of acceptability by PROFESS I ONAL pursuant to paragraph 14.13, nor any correction
of defective Work by OWNER will constitute an acceptance of Work not in accordance with the
Contract Documents or a release of CONTRACTOR's obligation to perform the Work in
accordance with the Contract Documents (except as provided in paragraph 14.16).
Waiver of Claims:
14.16. The making and acceptance of final payment will constitute:
14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from
GC-44
Page 44 of 53
I
)
I
)
I
I
I
I
I
I
I
I
I
I
-/
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
)
I
Revision Oat.
Augtut 2001
unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply
with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's
continuing obligations under the Contract Documents; and
14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in
writing and still unsettled.
GC-45
Page 45 of 53
aevision Date
August 2001
-
ARTICLE 15--SUSPENSION OF WORK AND
TERMINATION
OWNER May Suspend Work:
-
-
Ii
15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a
period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix
the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed.
CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or
both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in
Articles 11 and 12.
11III
-
-
.....
-
-
-
Termination For Cause:
15.2. Upon the occurrence of anyone or more of the following events:
15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code
(Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar
action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the
bankruptcy or insolvency;
15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or
hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against
CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency;
15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors;
15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or
under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose
of enforcing a Lien against such property or for the purpose of general administration of such property for the
benefit of CONTRACTOR's creditors;
15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due;
15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time);
15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction;
15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or
15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Doell-
ments,
OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to the
extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR
from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction
GC-46
Page 46 of 53
:.
I
I
,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
\
I
I
I
I
I
I
!
I
I
aevision Oat.
August. 2001
equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and
equipment stored at the site or for which OWN ER has paid CONTRACTOR but which are stored elsewhere, and
finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive
any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct,
indirect and consequential costs of completing the Work (including but not limited to fees and charges of
PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) such
excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the
difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by
PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or remedies under this
paragraph, OWNER shall not be required to obtain the lowest price for the Work performed.
15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially
determined that there was no cause for termination, the termination for convenience provision will be the means
for disposition of the balance of the contract obligations.
Termination for Convenience
15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may,
without cause and without prejudice to any other right or remedy of OWN ER, elect to terminate the Contract. In
such case, CONTRACTOR shall be paid (without duplication of any items):
15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work;
15.4.2. For expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted
Work, plus fair and reasonable sums for overhead and profit on such expenses;
15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with
Subcontractors, suppliers and others; and
'15.4.4. For reasonable expenses directly attributable to termination.
CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss
arising out of or resulting from such termination.
15.5. Where CONTRACTOR's services have been so terminated byOWNER, the termination will not
affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue.
Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from
liability.
CONTRACTOR May Stop Work or Terminate:
15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than
ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails to
, act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days to
pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working days
. GC-47
Page 47 of 53
I
Revision Date
Auquat 2001
.
.
written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such
suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same
terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or
remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is submitted
or OWNER has failed for thirty-one calendar days after it is submitted to pay CONTRACTOR any sum finally
determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and PROFESSIONAL
stop the Work until receipt of payment of all such amounts due CONTRACTOR, including interest thereon. The
provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11
and 12 for an increase in Contract Price or Contract Time or otherwise for expenses or damage directly
attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph
shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carry on the Work in accordance with
the progress schedule and without delay during disputes and disagreements with OWNER.
I
I
I
.
-
-
iiiIiIi
-
GC-48
Page 48 of 53
-
I
I
I
I
I
I
I
!
I
I
I
.
.
.
I
.
I
I
I
,
I
I
I
Revision Date
August 2001
ARTICLE 16--DISPUTE RESOLUTION
16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both,
or extra work, and all claims for alleged breach .of contract shall within ten (10) working days of the
commencement of the dispute bepresented by CONTRACTOR to OWNER for decision. All papers pertaining to
claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the
facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the
meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time
limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing
character and notice of the claim is not given within ten (10) working days of its commencement, the claim will
be considered only for a period commencing ten (10) working days prior to the receipt by OWNER of notice
thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or
certified mail, return receipt requested, directed to his last known address.
16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising
out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Law in the
Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract consents to
jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest
same.
GC-49
Page 49 of 53
aevi.Lon Date
Auguat 2001
-
11IIII
=
-
ARTICLE 17-MISCELLANEOUS
.
.
Giving Notice:
17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall
constitute a day.
I
I
I
I
I
17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an
officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage
prepaid, to the last business address known to the giver of the notice.
Computation of Time:
17.2.1. When any period of time isreferred to in the Contract Documents by days, it will be computed
to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday
or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted
from the computation.
General:
17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any
error, omission or act of the other party or of any of the other party's employees or agents or others for whose
acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of
the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a
substitute for or a waiver of the provisions of any applicable statute of limitations or repose.
~
....
17.4. The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and
obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the
rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are not to be
construed in any way as a limitation of, any rights and remedies available to any or all of them which are
otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions
of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in
the Contract Documents in connection with each particular duty, obligation, right and remedy to which they
apply. All representations, warranties and guarantees made in the Contract Documents will survive final
payment and termination or completion of the Agreement.
17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this
Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of five
(5) years from the date of final completion or termination of this Contract. OWNER shall have the right to audit,
inspect, and copy all such records and documentation as often as OWNER deems necessary during the period
of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be conducted
only during normal business hours. OWNER, during this period of time, shall also have the right to obtain a copy
of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records
and supporting documentation.
17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions
GC-50
Page 50 of 53
I
I
I
I
I
t
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
!
I
1
I.
Revision Date
AuguSt 2001
of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of the Contract
Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents
shall control.
17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall
be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR
specifically waives any claim to same.
Substitutions:
17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of
materials that are not determined to be equivalent to those indicated or required in the 'contract documents
without an amendment to the contract.
Sanitary Sewer Overflow Prevention:
17.9. Procedures to Prevent" Overflows During Sanitary Sewer Construction:
17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters
of the State is a violation of Georgia Water Quality Regulations and is prohibited. .
17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This plan
will include a list of key personnel with 24-hour contact information who will respond during an emergency
situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any changes
to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to
implementation.
17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans
. and supporting calculations must be submitted to the Augusta Utilities Department for review prior to
establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if
failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State.
17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation
and maintenance if the failure of the bypass puinp could result in the discharge of untreated wastewater to
waters ofthe State.
17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following
actions:
1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater.
2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT
PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction
conference).
3. Maintain a chronicle of relevant information regarding the incident including specific actions taken
by the CONTRACTOR and estimates of the discharge volume.
17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia
Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if
appropriate.
GC-51
Page 51 of 52
-
-
.
.
Revision Date
August 2001
17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the
CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department
will undertake necessary actions to abate an overflow situation. The cost of these actions will be the
responsibility of the CONTRACTOR.
I
I
17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by
the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR.
I
I
I
PROGRAM MANAGER:
17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite 100 Augusta,
GA 30901 .
The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite
representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any
way responsible for those duties that belong to OWN ER and / or the CONTRACTOR or other entities, and do not
relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including, but not
limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating
and completing all portions of the construction work in accordance with the construction Contract Documents
and any health and safety precautions required by such construction work.
I
PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control over
any construction contractor or other entity or their employees in connection with their work or any health or
safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety
deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM
MANAGER's own personnel.
.
-
.
-
~
....
"""
The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to
OWNER a greater degree of confidence that the completed construction work will conform generally to the
construction documents and that the integrity of the design concept as reflected in the construction documents
has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither
guarantees the performance of the construction contractor(s) nor assumes responsibility for construction
contractor's failure to perform work in accordance with the construction documents.
-
For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the
construction work, and construction contractors include manufacturers of materials incorporated into the
construction work
GC-52
Page 52 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 01002 - SPECIAL CONDITIONS
1.01 SCOPE OF THE WORK:
A. The work to be done consists of providing all plant, labor, fixtures, equipment, materials
and supplies and performing all operations in full compliance with the Plans and
Specifications and including the placing of the entire project into satisfactory operation.
1.02 GENERAL CONDITIONS:
A. The General Conditions of the Construction Contract shall apply to all work in this
Contract except as otherwise specified in these Special Conditions. Requirements of
these Special Conditions supersede those of the General Conditions.
Notwithstanding any provision of the General Conditions, there shall be .no
substitution of materials that are not determined to be equivalent to those indicated
or required in the Contract Documents without an amendment to the contract.
1.03 COMMENCEMENTAND COMPLETION:
A. The Contractor shall agree to commence work under this contract within ten (10)
calendar days after the Notice to Proceed is issued, and shall complete all work within
the number of calendar days indicated in the Agreement after the 10-day period. The
contract time includes allowances for normal amounts of inclement weather. Extensions
of time shall be granted only because of abnormal weather conditions or other
conditions outlined in Article. 12 of the General Conditions.. All. requests for time
extension shall be made in writing to the engineer not more than fifteen (15) days after
the occurrence of the delay. Otherwise, no extension will be granted during the life of
the contract for such delay.
B. If the Contractor fails to prosecute. the work with such diligence as will insure the
completion of each portion of the work within the time shown on the above schedule,
plus any extensions made in accordance with the General Conditions; and if the Owner
does not exercise his reservations as set forth in the General Conditions, the Contractor
shall continue the work, in which event the actual damages for the delay will be
impossible to determine and in lieu thereof the Contractor shall pay to the Owner as
fixed, agrees and liquidated damages for each calendar day of delay until the work is
completed or accepted.
1.04 CONTRACTORS INSURANCE:
A. The Contractor shall maintain insurance in accordance with the requirements of Article
5 of the General Conditions.
The limits of insurance are.as follows:
Comprehensive General. Liability - policy covering bodily injury and property damage
including premises, operations, products, and completed operations
.........,..................................................... $1 ,000,000 per occurrence $2,000,000 aggregate
SPECIAL CONDITIONS, REV. 6/03
01002-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
ii
Automobile Liability - policy covering injury and property damage.......$1,OOO,OOO
-
Umbrella Policy.................................................................................... .$1,000,000
I
-
Builders Risk..........................................................................$ - Amount of Contract
B. An itemized list of materials stored for which payment is being claimed. This list shall
be accompanied by the suppliers' invoices indicating the materials costs. Payment for
materials stored shall be subject to the same retainage provisions as for work
completed.
I
I
I
I
I
-
B. Contractors Liability Insurance shall be effective for the duration of the work as
described in the contract documents, including authorized change orders, plus any
period of guarantee.
1.05 CONTRACTOR'S REQUEST FOR PARTIAL PAYMENT:
To expedite the approval of requests for partial payment, the Contractor shall submit with
his request the following information:
A. A coPy of the Proqress Schedule marked to indicate the work actually accomplished.
-
C. An outline of time lost because of any event qivinq rise to a request for an extension of
contract time.
The OWNER has a right to hold a payment to a contractor who has not included an
updated progress schedule with his pay request.
1.06 PLANS:
Following are the Plans which form a part of this Contract:
Sheet No.
Title
C01
C02
C03
C04
C05
C06
C07
COS
C09
C10
C11
C12
C13
C14
Cover Sheet
Project Map and Project Notes
Location Plan
Plan & Profile Sta 0+00 to Sta 9+00
Plan & Profile Sta 9+00 to Sta 1S+00
Plan & Profile Sta 18+00 to Sta 27+00
Plan & Profile Sta 27+00 to Sta 36+00
Plan & Profile Sta 36+00 to Sta 45+00
Plan & Profile Sta 45+00 to Sta 54+00
Plan & Profile Sta 54+00 to Sta 63+00
Plan & Profile Sta 63+00 to Sta 72+00
Plan & Profile Sta 72+00 to Sta 81 +00
Plan & Profile Sta 81 +00 to Sta 90+00
Plan & Profile Sta 90+00 to Sta 99+00
(Continued Next Page)
SPECIAL CONDITIONS, REV. 6/03
01002-2
File 1/ 17067
Agreement
1-20-04
RAW WATER
VAULT
BYPASSING
PIPING: Agreement between ARc and R. D. Brown regarding
Project 10300 Raw Water Pump Station Up Grade
Raw Water Vault Bypassing Piping
I
.1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
C15
C16.
C17
C18.
C19
C20
C21
C22
C23
C24
C25
C26
C27
C28
C29
1.07 CONSTRUCTION DOCUMENTS:
Plan & Profile Sta 99+00 to Sta 108+00
Plan & Profile Sta 108+00 to Sta 117+00
Plan & Profile Sta 117+00 to Sta 126+00
Plan & Profile Sta 126+00 to Sta 135+00
Plan & Profile Sta 135+00 to Sta'144+00
Plan & Profile Sta 144+00 to Sta 153+00
Plan & Profile Sta 153+00 to Sta 162+00
Plan & Profile Sta 162+00 to Sta 171 +00
Plan & Profile Sta 171 +00 to Sta 180+00
Plan & Profile Sta 180+00 to Sta 189+00
Plan & Profile Sta 189+00 to Sta 195+21
Plan.& Profile Creek Crossing
Miscellaneous Details
Miscellaneous Details
Miscellaneous Details
A. The Bidder to whom the contract is awarded will be provided at no cost, a total of four
(4) extra sets of project drawings and specifications at Contractor's request. Any additional
sets of project drawings and specifications will be provided upon request, and Contractor
shall make payment to Stevenson & Palmer Engineering, Inc. for cost of printing and
shipping. .
B. The Contractor shall keep one (1) r~cord copy of all Specifications, Drawings, Addenda,
Modifications and Shop Drawings at the site, in good order and annotated to show all
chanQes made during the construction process. These shall be available to the Engineer
and shall be delivered to him for the Owner upon completion of the Project.
C. At the completion of the project and before final payment is made by the Owner, the
Contractor shall furnish the Engineer a clean and accurate set of record drawings that will
include the location of all valves, piping, structures and equipment installed. Final payment
will not be made until the quantities and items of work have been completed and accepted
by the Engineer and Owner. .
1.08 TRAFFIC CONTROL
There shall be one designated Contractor's representative capable of, and charged with,
the responsibility for traffic control on th~ site. This individual shall have a copy of Part
VI. Standards and Guides for Traffic Controls for Streets and Highway Construction,
Utility and Incident Maintenance Management Operations" of the MUTCD on the job site
at all times.
1.09 PROTECTION/REMOVAL OF EXISTING STRUCTURES, TREES, ETC.
Contractor is responsible for protection and/or removal of existing structures (e.g.,
mailboxes, sheds), shrubs, trees, etc. as indicated on the plans and in the signed
easement agreements. The Contractor shall pay close attention to the conditions of
each signed agreement and. conduct work accordingly, and shall not enter property for
which an agreement has not been signed.
SPECIAL CONDITIONS, REV. 6/03
01002-3
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
1.10 BY-PASS PUMPING
-
-
.
-
In the event bypass pumping is required to facilitate new sewer construction, bypassing
plans and supporting calculations must be submitted to the Augusta Utilities Department
prior to establishment of the bypass. All bypass systems will include complete
redundancy in pumping systems, if failure of the primary pumping system could result in
a discharge of untreated wastewater to waters of the State.
Bypass pumping will be monitored continuously by a person knowledgeable in pump
operation and maintenance, if the failure of the bypass pump could result in the
discharge of untreated wastewater to waters of the State.
I
I
I
I
END OF SECTION 01002
.
-
I
-
-
SPECIAL CONDITIONS, REV. 6/03
01002-4
)1
)1
I PROJECT
I LOCATION
I
DEPTH
I FEET
Brown and Tan Slightly Clayey Silty Sand
I
I
I
I
I
I
I
I
I
I
I
I
i
I
I 40'
I N Value is number of blows of 140 pound hammer
required to drive 2" split-tube sampler one foot after seated.
I
csra
TESTING AND ENGINEERING COMPANY, INC. .
(706) 733-6960
(FAX) 737-0629
1005 EMMETT STREET, SUITE A
AUGUSTA, GEORGIA 30904
Butler Creek Interceptor Uporade
B-1
BORING NO.
Lexinoton Drive. Auousta. Georqia'
DATE
January 11. 2002
VISUAL SOIL DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED
CLASS.
PERCENT
MOISTUR
Reddish-Tan and Gray Sandy Silty Clay
5'
Gray Sandy Silty Clay
10'
/
Gray and Tan Sandy Clay with Running Clay Layers
Boring Terminated at 15 feet.
20'
25'
30'
35':
6'
WATER TABLE
csra
1005 EMMETT STR~ET, SUITE A
AUGUSTA, GEORGIA 30904
TESTING AND ENGINEERING COMPANY, INC.
PROJECT
Butler Creek Interceptor Upqrade
BORING NO.
-
LOCATION
Winston Way, Auqusta, Georqia
DATE
DEPTH
FEET
VISUAL SOIL DESCRIPTION
PENETRATION
VALUE (N)
Brown Silty Sand
Brown and Tan Silty Sand
5'
Brownish-Tan Silty Sand with Small Gravel
10'
White and Tan Silty Sand with Medium-Small Gravel
Boring Terminated at 15 feet.
20'
25'
30'
.35'
40'
. N Value is number of blows of 140 pound hammer
required to drive 2"split-tube sampler one foot after seated.
(706) 733-6960
(FAX) 737-0629
B-2
January 11 , 2002
UNIFIED PERCENT
CLASS. MOISTUR
T WATER TABLE
.
.
.
I
--
ii
.
-
-
iiiiii
-
;
I '
I 40"
N Value is number of blows of 140 pound hammer
required to drive 2" split-tube sampler one foot after seated.
I. .
I
I
I PR.OJECT
1 LOCATION
I.
DEPTH
I FEET
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
csra
TESTING AND'ENGINEERING COMPANY, INC. .
1005 EMMETT STREET, SUITE A
AUGUSTA, GEORGIA 30904
(706) 733-6960
(FAX) 737-0629
Butler Creek Interceptor Upqrade
BORING NO.
B-3
Windsor Sprinq Road, Auqusta, Georqia
. DATE
January 16, 2002
VISUALSOIL DESCRIPTION
PENETRATION
VALUE(N)
UNIFIED
CLASS.
PERCENT
MOISTUR
Brownish-Tan Clayey Silty Sand
5'
Tan and Brown Silty Sand
10'
Tan Silty Sand with White Clay Layer
Brownish-Tan Silty Sand
Tan Silty Sand
25
Boring Terminated at 25 feet.
30'
35'-
15'
WATER TABLE
~
c sr. a TESTING AND ENGINEERING COMPANY, INC.
1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
PROJECT
Butler Creek Interceptor Upqrade
BORING NO.
-
.
LOCATION
Fawn Drive (South), Auqusta. Georqia
DATE
DEPTH
FEET
VISUAL SOIL DESCRIPTION
PENETRATION
VALUE(N)
Brown Silt Sand
Black and Brown Silty Sand with Brick
Gray and Tan Silty Clay
5'
Gray and Tan Silty Sand
10' Boring Terminated at 9 feet.
15'
20'
25'
30'
35';
40'
N Value is number of blows of 140 pound hammer
required to drive 2" split-tube sampler one foot after seated.
8-6
January 16. 2002
UNIFIED PERCENT
CLASS. MOISTUR
4'.
WATER TABLE
-
-
==
-
I
I
~
-
.
.
-
-
I
*
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I'
cs r a TESTING AND ENGINEERING COMPANY, INC.
1005 EMMETT STREET, SUITE A AUGUSTA, GEORGIA 30904 (706) 733-6960
(FAX) 737-0629
PROJECT
LOCATION
DEPTH
FEET
Butler Creek Interceptor Upqrade
Fawn Drive (North), Auqusta, Georqia
VISUAL SOIL DESCRIPTION
Reddish-Tan Clayey Sand
Brown and Tan Silty Sand
5' Tan Silty Sand
White and Gray Silty Clay
Gray Silty Clay
15' Reddish-Tan and Gray Sandy Silt
Boring Terminated at 16 feet.
20'
25'
30'
35'
40'
N Value is number of blows of 140 pound hammer
required to drive 2" split-tube sampler one foot after seated.
BORING NO.
B-7
DATE
January 16, 2002
PENETRATION
VALUE (N)
UNIFIED PERCENT
CLASS. MOISTUR
11'
WATER TABLE
csra
TESTING AND ENGINEERING COMPANY, INC~
1005 EMMETT STREET, SUITE A
AUGUSTA, GEORGIA 30904
(706) 733-6960
(FAX) 737-0629
PROJECT
Butler Creek Interceptor Upqrade
B-8
BORING NO.
LOCATION
DATE January 21, 2002
DEPTH
FEET
PENETRATION UNIFIED PERCENT
VALUE (N) CLASS. MOISTUR
VISUAL SOIL DESCRIPTION
Reddish-Tan Claye Sand
Brownish-Tan Clayey Silty Sand
Dark Brown Sandy Clay
White and Gray Sandy Silty Clay
Gray and Tan Sandy Clay
- 10'
White Clayey Sand
White and Tan Clayey Sand
15' Boring Terminated at 14 feet.
20'
25'
30'
35'
40'
N Value is number of blows of 140 pound hammer
required to drive 2" split-tube sampler one foot after seated.
4' WATER TABLE
I
I
I
I
I
I
i
-
.
.
-
I
I
I
I-
I
I
I
I
I
I
I
*
*
I
I
*
I
*
I
I
csra
1005 EMMETT STREET, SUITE A
AUGUSTA, GEORGIA 30904
TESTING AND ENGINEERING COMPANY, INC.
Butler Creek Interceptor Uporade- -
PROJECT
BORING NO.
Columbine Drive. Auousta, Georoia
LOCATION
DATE
DEPTH
FEET
VISUAL SOIL DESCRIPTION
PENETRATION
VALUE (N)
Brown Silty Sand
Brownish-Tan Clayey Silty Sand
5'
_ 10' Reddish-Tan Coarse Silty Sand with Small and Medium
Gravel
IS'
Boring Terminated at 16 feet.
20'
25'
30'
35'
40'
N Value is number of blows of 140 pound hammer
required to drive 2" split-tube sampler one foot after seated.
6.5'
(706) 733-6960
(FAX) 737-0629
8-9
January 24, 2002
UNIFIED PERCENT
CLASS. MOISTUR
WATER TABLE
csra
1005 EMMETT STREET, SUITE A
AUGUSTA, GEORGIA 30904
TESTING AND ENGINEERING COMPANY, INC.
PROJECT
Butler Creek Interceptor UpQrade
BORING NO.
-
.
LOCATION
Alene Circle. Auqusta, Georqia
DATE
DEPTH
FEET
VISUAL SOIL DESCRIPTION
PENETRATION
VALUE (N)
Brown Silty Sand
Gray and Tan Sandy Silty Clay
5'
Brown Silty Sand with Small and Medium Gravel
10'
15'
Boring Terminated at 16 feet.
20'
25'
30'
35',
40':
N Value is number of blows of 140 pound hammer
required to drive 2" split-tube sampler one foot after seated.
6'
(706) 733-6960
(FAX) 737-0629
B-10
January 21.2002
UNIFIED PERCENT
CLASS. MOISTUR
WATER TABLE
-
.
-
.
.
....
i
-
.
.
-
.
.
*
..
I
I
I
I
I
I
I-
I
I
I
*
*
I
I
I
csra
TESTING AND ENGINEERING COMPANY, INC.
1005 EMMETT STREET, SUITE A
AUGUSTA, GEORGIA 30904
(706) 733-6960
(FAX) 737-0629
PROJECT
Butler Creek Interceptor UPwade
BORING NO.
B-11
LOCATION
Georoia Road. Auousta. Georoia
DATE
January 17. 2002
DEPTH
FEET
VISUAL SOIL DESCRIPTION
PENETRATION
VALUE (N)
UNIFIED PERCENT
CLASS. MOISTUR
Brown Silty Sand
5'
Reddish-Tan Silty Sand with Small and Medium Gravel
Tan and White Clayey Sand
15'
Gray and Tan Clayey Silt with Gravel
Boring Terminated at 17 feet.
20'
25'
30'
35':
40"
N Value is number of blows of 140 pound hammer
required to drive 2" split-tube sampler one foot after seated. .
None WATER TABLE
csra
1005 EMMETT STREET, SUITE A
AUGUSTA,GEORG~ 30904
TESTING AND ENGINEERING COMPANY, INC.
PROJECT
Butler Creek Interceptor Upgrade
BORING NO.
-
-
-
LOCATION
Old US Hiqhwav 1, Auqusta, Georqia
DATE
DEPTH
FEET
PENETRATION
VALUE (N)
VISUAL SOIL DESCRIPTION
Brown Silty Sand
Brownish-Tan Cia e Sand
5'
Brownish-Tan Sandy Silty Clay
10'
IS' Boring Terminated at 14 feet.
20'
25'
30'
35'
40'
N Value is number of blows of 140 pound hammer
required to drive 2" split-tube sampler one foot after seated.
6'
(706) 733-6960
(FAX) 737-0629
B-12
January 11, 2002
UNIFIED PERCENT
CLASS. MOISTUR
WATER TABLE
!!!!!!
I
-
iiiii
I
i
=
iiii
.
-
-
~csra
.11005 EMMETT STREET, SUITE A
I AUGUSTA, GEORGIA 30904
1(706) 733-6960
FAX (706) 737-0629
,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TESTING AND ENGINEERING CO., INC. .
Butler Creek Interceptor Upgrade
Augusta, Georgia
pH SUillrnary
Boring Number Depth pH
B-1 14' 6.42
B-2 15' 6.03 .
B-3 15' 5.70
B-6 9.5' 5.90
B-7 12.5' 5.52
B-8 14' 5.90
B-9 16' 5.65
B-10 16.5' 6.15
B-11 17' 5.54
B-12 14.5' 6.27
Member of American SO<?iety for Testing and Materials
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
."
Butler Creek Interceptor Upgrade
S&P Project No, G124-01-01
AUD Project No, 60105
SECTION 01150 - MEASUREMENT AND PAYMENT
1,01 SCOPE:
A. Under this heading shall. be included the. methods of measurement and
payment for items of work under this Contract. ,
1,02 ESTIMATED QUANTITIES:
A. All estimated quantities for unit price items, stipulated in the BID PROPOSAL or
other Contract Documents, are approximate and are to be used as a basis .for
estimating the probable cost of the work and for comparing the bids su.bmitted for the
Project. The actual amounts of work done and materials furnished under price items
may differ 'from the estimated quantities. The basis of payment for work and
materials will be the actual amount 'of work done and material furnished. The
Contractor agrees to make no claim for damages, anticipated profits or otherWise on
account of any difference between the amounts of work actually performed and
materials actually furnished and the estimated amounts included in the BID
PROPOSAL. The Contractor will not be paid for any work which exceeds 25 percent
of the quantity set forth in the Bid Schedule without a change order issued before the
work is performed unless specifically ordered in writing by the Engineer. The
Contractor will provide assistance to the Engineer to check quantities and elevations,
when so requested. .
1.03 SANITARY SEWER AND APPURTENANCES
ITEMS 4 - 13G - All piping line items shall be measured in linear feet and shall
include costs for piping and installation, trench excavation', trench box,
dewatering, asphalt cutting, normal joints and gaskets, normal backfill, infiltration
and exfiltration testing, mandrel pulling, and CCTV camera inspection as
required. Camera inspe~ction shall include all costs for closed circuit camera
inspection of the sanitary sewer system, including mobilization, demobilization,
inspection, video tape copies, and field reports. No additional payment shall be
made for these items.
ITEMS 14 & 14A - Jack and bore line items shall be measured in. linear feet and
shall include costs for casing p,iping, carrier piping, and installation, blasting,
asphalt cutting, normal joints and ~laskets, normal backfill,infiltration and
exfiltration testing, mandrel pulling, and CCTV camera inspection as required.
Camera inspection shall include all costs for closed circuit camera inspection of
the sanitary sewer 'system, including mobilization, demobilization, inspection,
video tape copies, and field reports. No additional payment shall be made for
these items.
ITEM 15 - Select backfill shall be measured in cubic yards and shall include costs
for .the backfill and installation as w.ell as all transportation and stockpiling
charges. The volume of material included shall be the actual measured "in-place"
volume. The maximum trench width used to calculate the volume will be 7 feet.
No additional payment shall be made for these items.
Measurement And Payment, Rev. 6/03, 9/03
01150-1
Butler Creek Interceptor Upgradt;l
S&P Project No. G124-01-01
AUD Project No. 60105
ITEMS 17 - 19A - Pre-cast manholes shall be measured individually (each) and
shall include costs for manholes, excavation, dewatering, asphalt cutting, collars
and boots, grouting and/or other connections, installation, normal backfill, and
vacuum testing as specified. Manhole vacuum testihg shall include all costs for
testing equipment, testing labor, mobilization, demobilization, and reporting.
Manholes failing testing shall be retested at Contractor's expense. Repairs to
failing manholes shall be made external to the manhole utilizing a method
approved by the Augusta Utilities Department. No additional payment shall be
made for these items.
ITEMS 20A - 220 - Additional sanitary manhole depth line items shall be
measured by vertical foot and shall include costs for excavation, dewatering, and
backfill as specified by type and class. No additional payment shall be made for .
these items.
ITEMS 22E - 22H - Protective coating shall be measured by vertical foot and
shall include costs for cleaning, finishing, and repairing the manhole, applying
liner material to the manhole, and testing the liner material. No additional
payment shall be made for these items.
ITEMS 32A - 32C - Drop manholes shall be measured individually (each) and
shall Include the costs for manholes, fittings. outside drop connections, stone.
encasement, excavation, dewatering, asphalt cutting, collars and boots, grouting
and / or other connections, installation, and normal backfill. No additional
payment shall be made for these items.
ITEM 33 - Connector (doghouse) manholes shall .be measured individually
(each) and shall include the costs for manholes, excavation, dewatering, asphalt
cutting, collars and boots, grouting and / or other connections, installation, and
normal backfill. No additional payment shall be made for these items.
ITEM 34 - Sanitary sewer connections shall be measured individually (each) and
shall include costs for 6-inch PVC piping, precast concrete valve ring with rebar,
PVC twist-off plug, excavation, dewatering; asphalt/concrete Gutting, installation;
normal backfill, and property restoration. No additional payment shall be made
for these items.
!!!!!!!!
-
-
ITEM 35 - Cut and plug manholes shall be measured individually (each) and shall
include costs for cutting of existing pipelines, plugging of existing pipelines,
excavation, dewatering, asphalt/concrete cutting, and normal backfill. No
additional payment shall be made for these items.
ITEM 36 - Sanitary sewer manhole tie-ins shall be measured individually (each)
and :;;hall include costs for cutting/coring of existing manholes, collars, rubber
boots, any required gaskets, excavation, dewatering, soil stabilization, asphalt
cutting, and normal backfill. No additional payment shall be made for these items.
ITEM 38 - Ductile iron pipe polyethylene wrap shall be measured in linear feet
and shall include costs for pipe materials and installation. No additional payment
shall be made for these [tems.
ITEM 39 - Concrete pipe encasement shall be measured in cubic yards and shall
include costs for concrete, installation, excavation, dewatering; soil stabilization,
Measurement And Payment, Rev. 6/03, 9/03
01150-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I..
I
I
I
I
Butler Creek Interceptor Upgrade
sap Project No. G124-01-01
AUD Project No. 60105
pipe stabilization, asphalt cutting, and normal backfill. No additional payment
shall be made for these items.
1.04 WATER DISTRIBUTION AND APPURTENANCES
ITEM 2":" All piping line items shall be measured in linear feet and shall include
costs for piping and installation, trench excavation, trench box, dewatering,
asphalt cutting, normal joints and gaskets, and normal backfill, pressure and
leakage testing; pipe sterilization, bacteriological testing, and flushing. No
additional payment shall be made for these items.
ITEM 6 ~ Mis.cellaneous ductile or cast iron pipe fittings and connections shall be
measured in pounds and include costs for all fittings and installation except
normal joints and gaskets regardless of material. No additional payment shall be
made for these items. .
ITEM 7 - Fire hydrants shall be measured individually. (each) and shall include
costs for hydral')ts, soil surface preparation, connection to water main, all
associated valves and fittings, concrete pad (if required), excavation,
asphalt/concrete cutting, installation, normal backfill, and testing. No additional
payment shall be made for these items.
ITEM 9 - All valve line items. shall be measured individually. (each) and shall.
include costs for valves, valve boxes/vaults, manholes, valve. extensions,
excavation, dewatering, asphalt/concrete cutting, all associated fittings,
installation, normal backfill, and-testing. No additional payment shall be made for
. these items. . .
ITEM 13 - Tapping sleeve and valves shall be measured individually (each) and
shall include costs for sleeve, valve, associated hardware, temporary
plugging/draining of pipeline, excavation, dewatering, asphalt/concrete cutting,
installation, normal backfill, and testing. No additional payment shall be made for
these items.
ITEM 15 - Water service connections shall bEl measured individually (each) and
shall include costs for piping, water meter connection, dewatering,
asphalt/concrete cutting, installation, normal backfill, and property restoration. No
additional payment shall be made for these items.
ITEM 15A - Water meters shall be measured individually (each) and shall
include costs for removing and resetting/replacing water meter as
determined by the Resident Project Representative. No additional payment
shall be made for these items.
1.05 PAVEMENT STRUCTURES
ITEM 40 - Asphalt overlay shall be measured in square yards and shall include
costs for asphalt materials and installation, striping (both temporary and
permanent), and markers (both temporary and permanent). No additional payment
shall be made for these items.
Measurement And Payment, Rev. 6/03, 9/03
01150-3
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-01
AUD Project No. 60105
ITEM 41 - Aggregate base and asphalt patch shall be measured in square yards
and shall include costs for all aggregates (regardless of. type), 2" aggregate
removal and disposal, bituminous tack coat, asphalt, installation, excavation,
striping (both temporary and permanent), and markers (both temporary and
permanent). No additional payment shall be made for these items,
ITEM 43 - Flowable fill shall be measured in cubic yards and shall include costs for
all materials, labor, equipment, and excess materials. No additional payment shall
be made for these items. .,
ITEMS 44 & 45 - Concrete sidewalk and driveways shall be measured in square
yards and shall include costs for 3000 psi concrete, installation, site preparation,
formwork, and finishing. No additional payment shall be made for these items.
ITEM 47 - Curb and gutter removal and replacement shall be measured in linear
feet and shall include costs for removal and disposal of existing concrete curb and.
gutter, concrete, installation, site preparation, formwork, and finishing. No
additional payment shall be made for these items.
1.06 MISCELLANEOUS CONSTRUCTION ELEMENTS
ITEMS 50 & 52 - Silt fence shall be measured in linear feet and shall include
costs for fence material, installation, cleaning, and removal and disposal of
collected material. No additional payment shall be made for these items.
ITEM 55 - Sod shall. be measured in square yards and shall include costs for
materials, installation, transportation, and stockpiling I No additional payment
shall be made for these items.
ITEM 56 - Grassing shall be measured in square feet and shall include costs for
both temporary and permanent grass seed (type as specified), installation, soil
stabilization, and soil amendments (fertilizer, etc.) as required. No additional
payment shall be made for these items.
ITEM 57 - Clearing and. grubbing shall be measured in acres and shall include
costs for vegetation removal, stockpiling, disposal and any required permitting.
No additional payment shall be made for these items.
ITEM 58 - Lump sum construction includes, but is not limited to, the items.
described in the bid schedule. No separate or additional payment shall be made
for these items.
1.07 TOTAL OF CONSTRUCTION
The Bidder shall fill in the appropriate total, which shall be used as the basis for
comparison of bids. The Owner reserves the right to award the Contract in the best
interest of the Owner. The total Contract amounts will be determined upon
completion of the project using the quantities actually incorporated into the project
corresponding to the unit prices and lump sum amounts in the BID PROPOSAL.
Payment shall be considered to cover the cost of all .Iabor, supervision, material,
equipment and performing all operations necessary to complete the work in place.
Measurement And Payment, Rev. 6/03, 9/03
01150-4
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-01
AUD Project No. 60105
The items listed in the proposal shall be considered as sufficient to complete the
work in accordance with the Plans and Specifications; incidental items of work not
listed in the bid form shall be a part of the item with which it is associated and shall
be included in the cost of the unit shown on the bid form. The unit of measurement
shall be the unit shown in the proposal. Payment will be based upon the actual
quantity multiplied by the unit price.
END OF SECTION 01150
Measurement And Payment, Rev. 6/03, 9/03
01150-5
I
I
I
I
I
-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 01800 - SUBMITTALS
1.01 GENERAL:
Submittals covered by these requirements include manufacturers' information, shop
drawings, test. procedures, test results, samples, requests for substitutions, and
miscellaneous work-related submittals. Submittals shall also include, but not be limited to,
all mechanical, electrical and electronic equipment and systems, materials, reinforcing
steel, fabricated items, and piping and conduit details. The Contractor shall furnish all
drawings, specifications,. descriptive data, certificates, samples, tests, methods,
schedules, and manufacturer's installation and other instructions as specifically required in
the Project Manual to demonstrate fully that the materials and equipment to be furnished
and the methods of work comply with the provisions and intent of the contract documents.
2.01 CONTRACTOR'S RESPONSIBILITIES:
The Contractor shall be responsible for the accuracy and completeness of the information
contained in each submittal and shall assure that the material, equipment or method of
work shall be as described in the submittal. The Contractor shall certify that all features of
all products conform to the specified requirements. Submittal documents shall be clearly
edited to indicate only those items, models, or series of equipment, which are being
submitted for review. All extraneous materials shall be crossed out or otherwise
obliterated. The Contractor shall ensure that there is no conflict in each case where his
submittal may affect the work of another contractor or the OWNER. The Contractor shall .
coordinate submittals among his subcontractors and suppliers. .
The Contractor shall coordinate submittals with the work so that work will not be delayed.
He shall coordinate and schedule different categories of submittals, so that one will not be
delayed for lack of coordination with another. No extension of time will be allowed
because of failure to properly schedule submittals. . The Contractor shall not proceed with
work related to a submittal unit the submittal process is complete. This requires that
submittals for review and comment shall be returned to the Contractor stamped:
No Exceptions Taken or Make Corrections Noted.
The Contractor shall certify on each submittal document that he 'has reviewed the
submittal, verified field conditions, and complied with the contract documents.
The Contractor may authorize in writing a material or equipment supplier to deal directly
with the Engineer or with the OWNER with regard to a submittal. These dealings shall be
limited to contract interpretations to clarify and expedite the work. .
3.01 CATEGORIES OF SUBMITTALS:
A. General:
Submittals fall into two general categories: Submittals for review and comment, and
submittals which are primarily for information only. Submittals which are for information
only are generally specified 'as PRODUCT DATA in Part 2 of applicable specification
sections.
SUBMITTALS
01800-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
B. Submittals For Review And Comment:
All submittals except where specified to be submitted as product data for information
only shall be submitted by the Contractor to the Engineer for review and comment.
C. Submittals (Product Data) For Information Onlv:
Where specified, the Contractor shall furnish submittals (product data) to the Engineer
for information only. Submittal requirements for operation and maintenance manuals,
which are included in this category, are specified in Section 01730.
4.01 TRANSMITTAL PROCEDURE:
A. General:
Unless otherwise specified, submittals regarding material and equipment shall be
accompanied by Transmittal Form 01800-A following this section. Submittals for
operation and maintenance manuals, information and data shall be accompanied by
Transmittal Form 01800-B following this section. A separate form shall be used for
each specific item, class of material, equipment, and items specified in separate,
discrete sections, for which the submittal is required. Submittal documents common to
more than one piece of equipment shall be identified with all the appropriate
equipment numbers. Submittals for various items shall be made with a single form
when the items taken together constitute a manufacturer's package or are so
functionally related that expediency indicates checking or review of the group or
package as a whole.
A unique number, sequentially assigned, shall be noted on the transmittal form
accompanying each item submitted. Original submittal numbers shall have the
following format: "XXX"; where "XXX" is the sequential number assigned by the
Contractor. Resubmittals shall have the following format: "XXX-Y' where "XXX" is the
originally assigned submittal number and "Y" i~ a sequential letter assigned for
resubmittals, Le., A, B, or C being the first, second, and third resubmittals,
respectively. Submittal 25B, for example, is the second resubmittal of submittal 25.
B. Deviation From Contract:
If the Contractor proposed to provide material, equipment, or method of work which
deviates from the project manual, he shall indicate so under "deviations" on the
transmittal form accompanying the submittal copies.
C. Submittal Completeness:
Submittals which do not have all the information required to be submitted, including
deviations, are not acceptable and will be returned without review.
5.01 REVIEW PROCEDURE:
A. General:
SUBMITTALS
01800-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.
-
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Submittals are specified for those features and characteristics of materials, equipment,
and methods of operation which can be selected based on the Contractor's judgment
of their conformance to the specified requirements. Other features and characteristics
are specified in a manner which enables the Contractor to determine acceptable
options without submittals. The review procedure is based on the Contractor's
guarantee that all features. and characteristics not requiring submittals conform as
specified. Review shall not extend to means, methods, techniques, sequences or
procedures of construction, or to verifying quantities, dimensions, weights or gauges,
or fabrication processes (except where specifically indicated or required by the project
manual) or to safety precautions or programs incident thereto. Review of a separate
item, as such, will not indicate approval of the assembly in which the item functions.
When the contract documents require a submittal, the Contractor shall submit the
specified information as follows:
1. Six copies of all submitted information shall be transmitted with submittals for
review and comment.
2. Unless otherwise specified, five copies of all submitted information shall be
transmitted with submittals (product data) for information only.
B. Submittals For Review And Comment:
Unless otherwise specified, within thirty (30) calendar days after receipt of a submittal
for review and comment, the Engineer shall review the submittal and return two copies
to the Contractor. The returned submittal shall indicate one of the following actions:
1. If the review indicates that the material, equipment or work method complies with
the project manual, submittal copies will be marked: No Exception Taken. In this
event, the Contractor may begin to implement the work. method or incorporate the
material or equipment covered by the submittal.
2. If the review indicates limited corrections are required, copies will be marked: Make
. Corrections Noted. The Contractor may begin implementing the work method or
incorporating the material and equipment covered by the submittal in accordance with
the noted corrections. Where submittal information will be incorporated in O&M data,
a corrected copy shall be provided.
3. If the review reveals that the submittal is insufficient or contains incorrect data,
copies will be marked: Revise and Resubmit. Except at his own risk, the Contractor
shall not undertake work covered by this submittal until it has been revised,
resubmitted and returned. marked either: No Exception Taken or Make Corrections
Noted.
4. . If the review indicates that the material, equipment, or work method does not.
comply with the project manual, copies of the submittal will be marked Rejected.
Submittals with deviations which have not been identified clearly may be rejected.
Except at his own risk, the Contractor shall not undertake the work covered by such
submittals until a new submittal is made and returned marked either:
No Exception Taken or Make Corrections Noted.
SUBMITTALS
01800':3
Butler Creek Interceptor Upgrade
sap Project No. G124-01-02
AUD Project No. 60105
I
-
.
-
-
C. Submittals (Product Data) For Information Onlv:
Such information is not subjectto submittal review procedures and shall be provided
as part of the work under this contract and its acceptability determined under normal
inspection procedures.
-
-
-
6.01 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS:
Review of contract drawings, methods of work, or information regarding materials or
equipment the Contractor proposed to provide, shall not relieve the Contractor of his
responsibility for errors therein and shall not be regarded as an assumption of risks or
liability by the Engineer or the OWNER, or by any officer or employee thereof, and the
Contractor shall have no claim under the contract on account of the failure, or partial
failure, of the method of work, material, or equipment so reviewed. A mark of: No
Exception Taken or Make Corrections Noted shall mean that the OWNER has no objection
to the Contractor, upon his own responsibility, using the plan or method of work proposed,
or providing the materials or equipment proposed.
END OF SECTION 01800
SUBMITTALS
01800-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G 124-01-02
AUD Project No. 60105
01800-A
SUBMITTAL TRANSMITTAL FORM
DATE:
TO:
SUBMITTAL NO.:
CONTRACT NO.:
SPEC. SECTION:
FROM:
ATTENTION:
THE FOLLOWING MATERIAL IS TRANSMITTED FOR SUBMITTAL REVIEW
NO.
DATE
COPIES
DESCRIPTION/EQUIPMENT NO.
WE HAVE VERIFIED THAT THE MATERIAL TRANSMITTED HEREIN IS IN COMPLIANCE WITH THE
SPECIFICATIONS:
o with no exceptions
o except for the following deviations
NO.
DEVIATION
CONTRACTOR'S SIGNATURE
o NO EXCEPTION 0 MAKE CORRECTIONS
TAKEN NOTED
o REJECTED 0 REVISE AND RESUBMIT
Checking is only for general conformance with the design
concept of the project and general compliance with the
. information given in the contract documents. Any action
shown is subject to the requirements of the plans and
specifications. Contractor is responsible for: Dimensions
which shall be confirmed and correlated at the jOb site;
fabrication processes and techniques of. construction;
coordination of his work with that of any other trades and the
satisfactory performance of his work.
STEVENSON & PALMER ENGINEERING, INC.
Date:
By:
SUBMITTALS
01800A-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
-
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
01800-8
PRODUCT DATA TRANSMITTAL FORM
DATE:
TO:
PRODUCT DATA NO.:
CONTRACT NO.:
SPEC. SECTION:
FROM:
ATTENTION:
THE FOLLOWING MATERIAL IS TRANSMITTED AS PRODUCT DATA
NO. DATE COPIES DESCRIPTION/EQUIPMENT NO.
WE HAVE VERIFIED THAT THE MATERIAL TRANSMITTED HEREIN IS IN COMPLIANCE WITH THE
SPECIFICATIONS.
CONTRACTOR:
SIGNATURE
TITLE
- SUBMITTALS
018008-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 02110 - SITE CLEARING
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Site clearing work includes, but is not limited to:
Protection of existing trees.
Removal of trees and other vegetation.
Topsoil stripping.
Clearing and grubbing.
Removing above-grade improvements.
Removing below-grade improvements.
1.03 JOB CONDITIONS:
A. Traffic:
Conduct site clearing operations to ensure minimum interference with roads, streets,
walks, and other adjacent occupied or used facilities. Do not close or obstruct streets,
walks or other occupied or used facilities without permission from authorities having
jurisdiction.
B. Protection of Existinq Improvements:
Provide protections necessary to prevent damage to existing improvements indicated to
remain in place.
Protect improvements on adjoining properties and on OWNER's property.
Restore damaged improvements to their original condition, as acceptable to parties
having jurisdiction.
C. Protection of Existinq Reference Points:
Maintain and protect all benchmarks, monuments, and other reference points. Any
reference point damaged or destroyed as a result of the Contractor's operations or
negligence shall be repaired or replaced at no cost to the OWNER. .
SITE CLEARING
02110-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
-
-
!!!!!!!!
-
-
D. Protection of Existinq Trees and Vegetation:
Protect existing trees and other vegetation indicated to remain in place, against
unnecessary cutting, breaking or skinning of roots, skinning and bruising of bark,
smothering of trees by stockpiling construction materials or excavated materials within
drip line, excess foot or vehicular traffic, or parking of vehicles within drip line. Provide
temporary guards to protect trees and vegetation to be left standing.
-
-
Water trees and other vegetation to remain within limits of contract work as required to
maintain their health during course of construction operations.
.
.
Provide protection for roots over 1-1/2" diameter cut during construction operations. Coat
cut faces with an emulsified asphalt, or other acceptable coating, formulated for use on
damaged plant tissues. Temporarily cover exposed roots with wet burlap to prevent roots
from drying out; cover with earth as soon as possible.
!!
;;;;
-
Repair or replace trees and vegetation indicated to remain which are damaged by
construction operations, in a manner acceptable to the Engineer. Employ licensed
arborist to repair damaged trees or shrubs.
PART 2 - PRODUCTS
Not applicable to work of this section.
PART 3 - EXECUTION
3.01 SITE CLEARING:
A. General:
Remove trees, shrubs,. grass and other vegetation, improvements, or obstructions
interfering with installation of new construction. Remove such items elsewhere on site or
premises as specifically indicated. Removal includes digging out stumps and roots.
Carefully and cleanly cut roots and branches of trees indicated to be left standing, where
such roots and branches obstruct new construction.
B. Topsoil:
Topsoil is defined as friable clay loam surface soil found in a depth of not less than 4".
Satisfactory topsoil is reasonably free of subsoil, clay lumps, stones, and other object
over 2" in diameter, and without weeds, roots, and other objectionable material.
C. Strip Topsoil:
Strip topsoil to whatever depths encountered in a manner to prevent intermingling with
underlying subsoil or other objectionable material.
Remove heavy growths of grass from areas before stripping.
SITE CLEARING
02110-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
D. Stockpile Topsoil:
Stockpile topsoil in storage piles where directed. Construct storage piles to freely drain
surface water. Cover storage piles if required to prevent wind-blown dust.
E. Disposal:
Dispose of unsuitable or excess topsoil same as waste material, herein specified.
F. Clearinq and Grubbing:
Clear site of trees, shrubs and other vegetation, except for those indicated to be left
standing.
Completely remove stumps, roots, and other debris protruding through ground surface.
Use only hand methods for grubbing inside drip line of trees indicated to be left standing.
G. Removal of Improvements:
Remove existing above-grade and below-grade improvements necessary to permit
construction, and other work as indicated.
Abandonment or removal of certain underground pipe or conduits mCj.Y be shown on
mechanical or electrical drawings, and is included under work of those sections.
Removal of abandoned underground piping or conduit interfering with construction is
included under this section.
3.02 DISPOSAL OF WASTE MATERIALS:
A. Burninq on OWNER's Property:
Burning is not permitted on OWNER's property.
D. Removal from OWNER's Property:
\...
Remove waste materials and unsuitable and excess topsoil from OWNER's property and
dispose of off site in legal manner.
END OF SECTION 02110
SITE CLEARING
02110-3
I
-I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 02210- EROSION CONTROL
PART 1 - GENERAL
1,01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including General and Special Conditions,
and Division-1 Specification Sections apply to work of this section.
1.02 DESCRIPTION OF WORK:
Under this section shall be included all measures both temporary and permanent to control
erosion and sedimentation, and protect all surface waters and property both on and off site.
This shall include all labor, materials and equipment necessary to meet the requirements of
this Section.
1.03 EROSION AND SEDIMENTATION ACT - DEFINED:
It is the intent of this Specification that the Project and the Contractor comply with all
applicable requirements of the Erosion and Sedimentation Act of 1975 and the Richmond
OWNER Soil Erosion Ordinance.
The Manual for Erosion and Sediment Control in Georgia further defines practices and
requirements. The Contractor is responsible for maintaining all sediment and erosion control
measures on the project site during construction. The Contractor is responsible for any
damage caused due to failure to implement these requirements. A Soil Erosion and
Sedimentation Control Permit has been obtained by the OWNER so that periodic inspections
may be made by the OWNER. The Contractor is to cooperate with the person performing
these inspections.
1.04 COORDINATION WITH CONTRACT PLANS:
A Soil Erosion and Sedimentation Control Plan is included in the Contract Documents and is
to be implemented as a part of the procedures necessary to implement requirements of the
Act and Ordinance.
PART 2 - PRODUCTS
Not applicable to this specification section.
PART 3 - EXECUTION
3.01 IMPLEMENTATION:
Implementation of the requirements of the Act is based on the following principles:
,
· The disturbed area and the duration of exposure to erosion elements should be
minimized.
EROSION CONTROL
02210-1
Butler Creek Interceptor Upgrade
S&P Project No. G 124-01-02
AUD Project No. 60105
Stabilize disturbed areas immediately.
Retain or accumulate runoff.
Retain sediment.
Do not encroach upon watercourses.
3.02 SYMBOLS:
The Soil Erosion and Sedimentation Control Plan contains standard symbols for the different
types of measures for implementing the Act. These symbols are defined for conditions,
design criteria and construction specifications in Sections II and III of the Manual.
3.03 SPECIFIC REQUIREMENTS:
All disturbed areas shall be grassed by sodding or seeding, fertilizing, mulching and watering
to obtain a ground cover which prevents soil erosion.
A temporary construction egress pad shall be installed and maintained at any point where
construction vehicles enter a public right-of-way, street or parking area. The pad shall be
used to eliminate mud from the construction area onto public rights-of-way. The pad shall be
constructed as shown in the Manual for Erosion and Sediment Control.
All measures installed for sediment control shall be checked at the beginning and end of
each day when construction is occurring to ascertain that the measures are in place and
functioning properly.
3.04 MEASUREMENT AND PAYMENT:
Work in this section will be paid for by a lump sum included in the Bid Proposal.
END OF SECTION 02210
EROSION CONTROL
02210-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G 124-01-02
AUD Project No. 60105
SECTION 02221 - EXCAVATION, TRENCHING I\ND BACKFILL FOR UTILITY SYSTEMS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Work Includes:
The excavation, trenching and backfilling required for all underground utility systems.
Utility systems include sanitary sewers, storm sewers, water piping and force mains.
B. Definition:
"Excavation" consists of removal of material encountered to subgrade elevations
indicated and subsequent disposal of materials removed.
1.03 QUALITY ASSURANCE:
A. Codes and Standards:
Perform excavation work in compliance with applicable requirements of governing
authorities having jurisdiction.
B. Testing and Inspection Service:
OWNER will engage soil testing and inspection service for quality control testing during
earthwork operations. .
1.04 JOB CONDITIONS:
A. Site Information:
Data on indicated subsurface conditions are not intended as representations or
warranties of accuracy. or continuity between soil bearings. It is expressly understood
that OWNER will not be responsible for interpretations or conclusions drawn therefrom by
Contractor. Data are made available for convenience of Contractor.
Additional test borings and other exploratory operations may be made by Contractor at no
cost to OWNER.
B. Existinq Utilities:
The Contractor shall acquaint himself with the location of all utilities and structures both
present and proposed, also all existing surface structures which may be affected by work
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
.
under the Contract. The location of any underground structures furnished, shown on the
Plans or given on the site are based upon the available records but are not guaranteed to
be complete or correct, and are given only to assist the Contractor in making a
determination of the existence of underground structures.
-
.
-
.
-
Underground, piping and utility systems which are to be installed in trenches whose
lowest point of excavation is below the existing ground level, and are unaffected by an
excavation for structures, may be installed at any time during the course of the work.
Piping and systems to be installed in or over fill, backfill or new embankments shall not be
installed until all earthwork has been completed to rough grade, nor until settlement of the
fill or embankment has taken place.
.
.
i
Braced and sheeted trenches and open trenches shall comply with all federal and state
laws and regulations, and local ordinances relating to safety, life, health and property.
Also this shall conform to applicable Federal Regulations. All protective systems for
trenches shall conform to Section 1926.652, 29 CFR Part 1926, Final Rule, printed in the
October 31, 1989 issue of the Federal Register.
.
.
iiiii
iiiii
-
The sides and bottoms of the trenches shall be protected against any instability which
may interfere with the proper laying of the pipe and as necessary 'for the safety of the
workmen and others and as'may be necessary to protect adjacent structures. Refer to
safety requirements of the General Conditions and Special Conditions.
Overhead utilities, poles, etc., shall be protected against damage by the Contractor, and if
damaged by the Contractor, shall be replaced by him. The Contractor shall notify those
who maintain utilities sufficiently in advance of the proposed construction .so that they
may locate, uncover and disclose such work. If the progress of construction necessitates
the removal or relocation of poles, overhead utilities and obstructions, the Contractor shall
make all arrangements and assume all costs of the work involved.
The Contractor shall provide for the continuance of the flow of any sewers, drains, water
pipes, and water courses, and the like. Where such facilities, water courses, or electric
overhead wires or conduits are interfered with by the work of the Contractor, the inter-
ruption shall be a minimum and shall be scheduled in advance with the Engineer and the
utility OWNER. The Contractor is responsible for notifying the Augusta Public Works
Department City Engineer if temporary closure of drains, gutters, culverts, and storm
sewers is required. .
The Contractor shall restore all facilities interfered with to their original condition or accep-
table equivalent. The cost of such restoration or damage caused directly by his work
shall be paid for by the Contractor and shall be included in the prices bid for the items to
which it pertains.
Should uncharted, or incorrectly charted, piping or other utilities be encountered during
excavation, consult utility OWNER immediately for directions. Cooperate with OWNER
and utility companies in keeping respective services and facilities in operation. Repair
damaged utilities to satisfaction of utility OWNER.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-2
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Do not interrupt existing utilities serving facilities occupied and used by OWNER or
others, during occupied hours, except when permitted in writing by Engineer and then
only after acceptable temporary utility services have been provided.
Provide minimum of 48-hour notice to Engineer, and receive written notice to proceed
before interrupting any utility.
Do not bring explosives onto site or use in work without prior written permission from
authorities having jurisdiction. Contractor is solely responsible for handling, storage, and
use of explosive materials when their use is permitted.
C. Protection of Persons and Property:
Barricade open excavations occurring as part of this work and post with warning lights.
Operate warning lights as recommended by authorities having jurisdiction.
Protect structures, utilities,. sidewalks, pavements, and other facilities from damage
caused by settlement, lateral movement, undermining, washout and other hazards
created by earthwork operations.
Perform excavation within drip-line of large trees to remain by hand, and protect the root
system from damage or dryout to the greatest extent possible. Maintain moist condition
for root system and cover exposed roots with burlap. Paint root cuts of 1" diameter and
larger with emulsified asphalt tree paint.
D. Protection of Water Supplv Pipes:
Water lines disturbed/uncovered during construction shall be replaced. with ductile iron
pipe, including appropriate fittings/couplings. All work shall be coordinated with Augusta
Utilities Department prior to. replacement. See Section 02666 pertaining to Water
Distribution Systems.
Horizontal Separation Sewers and force mains shall be laid at least 10 .feet horizontally
from any existing or proposed water main. The distance shall be measured edge to
edge. In cases where it is not practical to maintain a 10 foot separation, such deviation
may allow installation of the sewer or force main closer to a water main, provided that the
water main is in a separate trench or on an undisturbed earth shelf located on the side of
the sewer or force main and at an elevation so the bottom .of the water main is at least 18
inches above the top of the sewer or force main.
E. Crossinqs:
Sewers and force mains crossing water mains shall be laid to provide a minimum vertical
distance of 18 inches between the outside of the water main and the outside of the sewer
or force main. This shall be the case where the water main is either above or below the
sewer or force main. The crossing shall be arranged so that the sewer or force main
joints will be equidistant and as far as possible from the water main joints. Where a water
main crosses under a sewer or force main, adequate structural support shall be provided
for the sewer or force main to prevent damage to the water main.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-3
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
-
-
-
..
.
F. Special Conditions:
When it is impossible to obtain proper horizontal and vertical separation as stipulated
above, the sewer or force main shall be designed and constructed equal to water pipe,
and shall be pressure tested to assure water-tightness prior to backfilling.
-
-
-
G. Protecting Trees, Shrubbery and Lawns:
-
Trees and shrubbery along trench lines shall not be disturbed unless absolutely
necessary. Trees and shrubbery necessary to be removed shall be properly heeled-in
and re-planted. Heeling-in and re-planting shall be done under the direction of an
experienced nurseryman.
iii
Where utility trenches cross established lawns, sod shall be cut, removed, stacked and
maintained in suitable condition until replaced. Topsoil underlying lawn areas shall
likewise be removed and kept separate from general excavated materials. Removal and
replacement of sod shall be done under the direction of an experienced nurseryman.
-
-
PART 2 - PRODUCTS
2.01 SOIL MATERIALS:
A. Definitions:
1. Satisfactory soil materials are defined as those complying with ASTM 02487 soil
classification groups GW, GP, GM, SM, SW and SP.
2. Unsatisfactory soil materials are defined as those complying with ASTM 02487 soil
classification groups MH, CH, OL, OH and PT. Excavated soils that are too wet to
compact shall not be classified unsuitable due to hiqh moisture content alone.
B. Coarse Granular Beddinq:
Crushed stone or pea gravel, clean and graded, 95 to 100 percent of which shall pass a
3/4 inch sieve with 95 to 100 percent retained on a No.4 sieve.
C. Embedment Materials for Flexible Pipinq Systems:
These materials are grouped into categories according to their suitability for this
application:
1. Class \. Angular 6 to 40 mm (1/4 to 1-1/2 inches), graded stone including a number
of fill materials that have regional significance such as coral, slag, cinders, crushed
stone, and crushed shells.
2. Class II. Coarse sands and gravel with maximum particle size .of 40 mm (1-1/2
inches) l including variously graded sands and gravel containing small percentages of
fines, generally granular and non-cohesive, either wet or dry: Soil types GW, SP, SW
and SP are included in this class.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-4
I
I
I
I
I
.1
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
3. Class III. Fine sand and clayey gravel, including fine sands, sand-clay mixtures, and
gravel-clay mixtures. Soil types GM, GC, SM and SC are included in this class.
4. Class VI. Silt, silty clays and clays including inorganic clays and silts of medium to
high plasticity and liquid limits. Soil types MH, ML, CH and CL are included in this
class. These materials are not to be used for bedding, haunching or initial backfill.
5. Class V. This class includes the organic soils OL, OH and PT as well as soils
containing frozen earth, debris, rocks larger than 40 mm (1-1/2 inches) in diameter,
and other foreign materials. These materials shall. not be used for bedding,
haunching and initial backfill.
D. Backfill and Fill Materials:
Satisfactory soil materials free of clay, rock or gravel larger than. 2" in any dimension,
debris, waste, frozen materials, vegetable and other deleterious matter.
PART 3 - EXECUTION
3.01 EXCAVATION AND TRENCHING:
A. Excavation is Unclassified:
Excavation is unclassified and includes excavation to subgrade elevations indicated,
regardless of character of materials and obstructions encountered.
B. Excavation Classifications:
The following classifications of excavation will be made when rock excavation is
encountered in work:
1. Earth Excavation includes excavation of pavements and other obstructions visible on
ground surface; underground structures, utilities and other items indicated to be
demolished and removed; together with earth and other materials encountered in the
trench that are not classified as rock or unauthorized excavation.
2. Rock Excavation in Trenches and Pits includes removal and disposal of materials and
obstructions encountered which cannot be excavated with a1.0 cubic yard (heaped)
capacity, 42" wide bucket on track-mounted power excavator equivalent to Caterpillar
Model 215, rated at not less than 90 HP flywheel power and 30,000 lb. drawbar pull.
Trenches in excess of 10'-0" in Width and pits in excess of 30'.0" in either length or
width are classified as open excavation.
Do not perform rock excavation work until material to be excavated has been
cross-sectioned and classified by Engineer. Such.excavation will be paid on basis of
contract conditions relative to changes in work.
3. Rock payment lines are limited to the following:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-5
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
I
In pipe trenches, 6" below invert elevation of pipe and 2 ft. wider than inside diameter
of pipe, but not less than 3 ft. minimum trench width.
i
4. Unauthorized excavation consists of removal of materials beyond indicated subgrade
elevations or dimensions without specific direction of Engineer. Unauthorized
excavation, as well as remedial work directed by Engineer, shall be at Contractor's
expense.
I
I
Excavation in excess of the depth required for manholes and other structures shall be
corrected by placing a subfoundation of 1500 psi concrete, at no additional expense
to the OWNER.
i
-
Elsewhere, backfill and compact unauthorized excavations as specified for authorized
excavations of same classification, unless otherwise directed by Engineer.
I
-
C. Removal of Unsuitable Materials:
.
-
-
-
When excavation has reached required sub-grade elevations, notify Engineer who will
make an inspection of conditions.
Should overdepth excavation be necessary to remove unsuitable material and to replace
with satisfactory material, the Contractor will be paid for this work in accordance with item
in the Bid Schedule for removal and replacement of unsuitable material, based on the
following requirements:
When the trench is excavated to the plan depth or as required by these Specifications,
and soft or other material not suitable for bedding purposes is encountered in the trench,
the Contractor shall immediately notify the Engineer for inspection and measurement of
the unsuitable material to be removed.
No overdepth excavation or backfilling of the overdepth excavated trench shall start until
proper measurements of the trench have been taken by the Engineer for determination of
the quantity in cubic yards of unsuitable material excavated.
No payment will be made for any overdepth excavation of soft unstable material due to
the failure of the Contractor to provide adequate means to keep the trench dry.
No payment will be made for any overdepth excavation of the unsuitable material and
replacement not inspected and measured by the Engineer prior to excavation.
D. Caution in Excavation:
Proceed with caution in the excavation and preparation of the trench so that the exact
location of underground structures in the trench zone may be determined before being
damaged. He shall be held responsible for the repair or replacement of such structures
when broken or otherwise damaged because of his operations.
E. Subsurface Explorations:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Make explorations and excavations at no additional charge to the OWNER to determine
the location of existing underground structures.
F. Depth of Trench:
Utilities and other piping shall be laid in open trenches as shown and specified. Trenches
shall be excavated to the designated lines and grades, beginning at the outlet end and
progressing toward the upper end in each case. Trenches for pipe shall be shaped to the
lower 1/3 of the pipe and provide uniform and continuous bearing. Bell holes shall be dug
to allow ample room for working fully around each joint.
G. Width of Trench:
Trenches shall be of minimum width to provide ample working space for making joints
and tamping backfill. Width on each side of barrel of pipe shall be not less than 8 inches
or more than 12 inches.
Sides of trenches shall be closely vertical to top of pipe and shall be sheet piled and
braced where soil is of unstable nature. Above the top of the pipe, trenches may be
sloped. The width of the trench above this level may be wider for sheeting and bracing
and the performance of the work.
H. Limit to Length of Open Trench:
The routine of operation shall be so organized to keep the length of open trench to a
practicable minimum.
I. Pilinq Excavated Materials:
All excavated material shall be piled in a manner that will not endanger the work and that
will avoid obstructing roadways.
J. Alignment and Grade:
Trenches shall be excavated on the alignments shown on the Plans, and to the depth
and grade necessary to accommodate the pipes at the elevations shown. Where
elevations of the invert or center-line of a pipe are shown at the ends of a pipe, the pipe
shall be installed at a continuous grade between the two elevations.
K. Over Excavation:
Excavation in excess of the depth required for proper shaping shall be corrected by
bringing to grade the invert of the ditch with compacted coarse, granular material at no
additional expense to the OWNER. Bell holes shall be excavated to relieve bells of all
load but small enough to insure that support is provided throughout the length of the pipe
barrel. All protective systems for trenches shall conform to Section 1926.652, 29 CFR
Part 1926, Final Rule, printed in the October 31, 1989 issue of the Federal Register.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-7
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
If trenches are excavated to widths in excess of those specified, or if the trench walls
collapse, the pipe shall be laid in accordance with the next better class of bedding at the
expense of the Contractor.
Trenches shall be maintained in a safe condition to prevent hazardous conditions to
persons working in or around the trench. Trenches 5 feet in'depth or greater shall be
protected in accordance with OSHA, 29 CFR Part 1926 pp 45895-45991.
The top portion of the trench may be excavated with sloping or vertical sides to any width
which will not cause damage to adjoining structures, roadways, utilities, etc. The bottom
of the trenches shall be graded to provide uniform bearing and support each section of
the pipe on undisturbed soil at every point along its entire length, except for the portions
of the pipe sections excavated for bell holes and for the sealing of pipe joints. Bell holes
and depressions for joints shall be dug after the trench bottom has been graded and in
order that the pipe rests upon the trench bottom for its full length and shall be only of such
length, depth and width for making the particular type of joints. The bottom of the trench
shall be rounded so that at least the bottom one-third of the pipe shall rest on undisturbed
earth for the full length of the barrel as jointing operations will permit. This part of the
excavation shall be done manually only a few feet in advance of the pipe laying by
workmen skilled in this type of work.
Maintain sides and slopes of excavations in safe condition until completion of backfilling.
L. Shorinq and Bracinq:
Provide materials for shoring and bracing, such as sheet piling, uprights, stringers and
cross-braces, in good serviceable condition. Protective systems for trenches shall
conform to Section 1926.652, 29 CFR Part 1926, Final Rule, printed in the October 31,
1989 issue of the Federal Register.
Establish requirements for trench shoring and bracing to comply with local codes and
authorities having jurisdiction.
Maintain shoring and bracing in excavations regardless of time period excavations will be
open. Carry down shoring and bracing as excavation progresses.
Provide permanent steel sheet piling or pressure creosoted timber sheet piling wherever
subsequent removal of sheet piling might permit lateral movement of soil under adjacent
structures. Cut off tops as required and leave permanently in place.
M. Material Storaoe:
Stockpile satisfactory excavated materials where directed, until required for backfill or fill.
Place, grade and shape stockpiles for proper drainage.
Locate and retain soil materials away from edge of excavations. Do not store within drip
line of trees indicated to remain.
Dispose of excess soil material and waste materials as herein specified.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Jnterceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
3.02 DEWATERING AND PROTECTION AGAINST WATER:
The Contractor shall remove water from the site and shall lower the ground water level as
necessary to complete the excavations to the required depths and so that all required work
can be accomplished in the dry. The Contractor shall do such well construction, well
pointing, sheeting, ditching, and pumping, and shall construct necessary drains,. channels
and sumps to keep his excavations and new structures clear of groundwater, storm water or
sewage and to keep his construction areas dry during the progress of the work.
Adequate measures and protection shall be provided by the Contractor to protect his work
from damage from uplift due to ground water, storm water, or flood water. Any damages
which may result shall be the Contractor's responsibility.
The Contractor shall accept all responsibility for damage to the work ofthis Contract because
of floods and water pressures and other water damages and shall accept all risks of floods
and other events which may occur.
All water discharged by pumping operations shall be discharged so as not to interfere with
work under this Contract or with existing structures and operations. Water from dewatering
operations shall be conveyed to the existing drainage features, using piping and pumping
facilities provided by the Contractor. Route of dewatering pipe shall be subject to the
Engineer's review. Discharge facilities and water quality shall comply with applicable
regulations of State and Federal agencies.
Dewatering operations shall be uninterrupted and continuous during the course of the work
so as not to endanger any construction in place or to present a hazard to workmen in and
around the site. The Contractor shall take all measures necessary including, but not limited
to, standby equipment and constant attendance to insure that the dewatering system remains
operational and effective throughout the period of time that it is required.
No water shall be allowed to run over any uncompleted portions of the work. No units of the
work shall be constructed under water. The cost of dewatering shall be included in the price
bid for the item of work for which it is required.
3.03 BEDDING:
A. Bedding of Rigid Pipe:
Pipe shalf be laid on foundations prepared in accordance with ASTM A746 as modified
herein, and in accordance with the various classes of bedding required by the trench
depth for the size of pipe to be laid. Bedding shall be included in the appropriate unit
price bid for rigid pipe. (ductile iron).
(See Table Next Page)
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-9
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
I
-
Laying Description
Condition
Type 1 Flat bottom trench.1 Loose backfill. NOT ALLOWED FOR 14" AND
LARGER PIPE
Type 2 Flat bottom trench.1 Backfill tightly consolidated to centerline of pipe.
Type 3 Pipe bedded In 4" minimum loose soil. 2 Backfill lightly consolidated to top
of pipe.
Pipe bedded in sand, gravel or crushed stone to depth of 1/8 pipe
Type 4 diameter, 4" minimum. Backfill compacted to top of pipe. (Approximately
80% Standard Proctor, AASHTO T-99).
Pipe bedded to its centerline in compacted granular material; 4" minimum
Type 5 under pipe. Compacted granular or select material2 to top of pipe.
(Approximately 90% Standard Proctor, AASHTO T-99).
I
-
.
.
.
-
.
-
.
1 "Flat bottom" is defined as undisturbed earth.
2 "Loose soil" or "select material" is defined as native soil excavated from the trench, free
of rocks, foreign material and frozen earth.
B. Bell Holes:
Bell holes shall be provided in all classes of bedding to relieve pipe bells of all load, but
. small enough to insure that support is provided throughout the length of the pipe barrel.
C. Coarse Granular Beddinq :
Coarse granular bedding material shall be placed on a flat bottom trench and thoroughly
compacted by tamping or slicing with a flat blade shovel. Compacted bedding material
shall be extended up the sides of the pipe to the heights shown for the various classes of
bedding.
D. Overwidth Excavation:
If trenches are excavated to widths in excess of those specified below, or if trench walls
collapse, pipe shall be laid in accordance with the requirement for at least the next better
class of bedding at the expense of the Contractor.
E. Borrow Backfill:
Borrow backfill will be required if there is not sufficient suitable material available from
other parts of the work to backfill the trenches. Borrow backfill from approved borrow pits
shall be used. Only those soils in the borrow pits that meet the specified requirements for
suitable material shall be used.
F. Trench Widths:
Trench widths at the top of the pipe and depths for metal pipe using the various bedding
classes, shall not exceed those shown below:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-10
I Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
I Ductile Iron Pipe
MAXIMUM DEPTH OF COVER
I
Size Pressure Type 2 Type 3 Type 4 Type 5
I In. Class Bedding Bedding Bedding Bedding
8" 350 20 25 34 50
I 10" 350 15 19 28 45
250 11* 15 23 36
I 1"4" 300 13 17 26 42
350 14 19 27 44
I 250 10* 14 22 31
18" 300 13 17 26 36
I 350 15 19 28 41
150 9 14 22
200 8* 12 16 24
I 30" 250 11 15 19 27
300 12 16 21 29
I 350 15 19 25 33
150 9
I 200 8* 12
36" 250 10 14
I 300 12 16
350 15 19
150 9
I 200 8 12
42" 250 10 14
I 300 12 ~Al~
~' .;' -- "fk-' ?.
_. , .~.!; '. ,.~-;'i
350 15 19
I * Minimum allowable de th of cover is 3 feet.
I
I
I EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS 02221-11
Rev. 6/03
I
Compaction of foundation, bedding, haunching and initial backfill shall extend to the trench
wall.
I
I
I
I
.-
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
3.03 BEDDING OF FLEXIBLE PIPE:
Flexible pipe shall be bedded true to line and grade with uniform and continuous support from
a firm base in accordance with ASTM 02321 as modified herein. Blocking shall not be used
to bring the pipe to grade. Bedding material shall be included in the unit price for plastic and
FRP pipes.
Embedment material in the area around the pipe shall be installed with care. Care shall be
used to insure that sufficient material has been worked under the haunch of the pipe to
provide adequate side support. Precautions must be taken to prevent movement of the pipe
during placing of the material through the pipe haunch. Place initial backfill material in three
stages: First, to the center line of the pipe; second, to the top of the pipe; and third, to a point
12 inches above the tope of the pipe. Compact each stage of haunching and initial backfill by
hand or mechanical tamping to a minimum of 90 percent Standard Proctor Density. Where
unstable trench walls exist because of migratory materials such as water-bearing silts or fine
sands, care shall be taken to prevent the loss of side support through the migratory action.
I
i
-
-
-
Avoid contact between the pipe and compaction equipment. Compaction of haunching, initial
backfill and backfill material shall be done in such a way so that compaction equipment will
not have a damaging effect on the pipe.
Trench depths, using the various bedding classes, shall not exceed those shown below:
MAXIMUM TRENCH DEPTH
Pipe Size Class IV Bedding Class III Bedding Class I
Class II Bedding
All Sizes Not to be Used 16' 30'
Density (Standard Proctor) of 90 percent minimum in pipe zone.
3.04 BACKFILLING:
A. Backfillinq:
.,-
Backfilling consists of placing suitable materials removed during the excavation into the
excavated areas, placing embedment materials and compacting the same to a density
equal to or greater than what exists before excavation or as specified herein.
Under backfilling operations is also included removal of excess materials and debris from
the site, leveling all depressions caused by operation of .equipment and maintaining the
backfilled areas until accepted by the OWNER.
All backfill material shall be free of stones, concrete and clay lumps larger than 1/3 cubic
foot. Roots, stumps and rubbish which will decompose will not be permitted in the
backfill. Backfill material shall have its moisture content corrected, as may be necessary
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. 8124-01-02
AUD Project No. 60105
before being placed in the trench to bring the moisture content to approximately
"optimum" for good compaction. Any rock, stone, concrete, clay lumps larger than 1/3
cubic foot in volume, rubbish and debris shall be removed from the site and disposed of
by the Contractor in a lawful manner.
Backfilling operations in this work are referred to herein as Backfilling at the Pipe Zone,
Type "A" and Type "B".
Backfilling in the excavated areas below parts of proposed structures shall be referred to
hereinafter as Type "A" Backfilling.
Where trenches cross or extend under structures or into present roadways, future
roadways or parking areas as shown on the Plans, the backfilling shall be referred to
hereinafter as Type "A" Backfilling.
Backfilling in all other areas shall be referred to hereinafter as Type "B" Backfilling.
B. Backfillina at the Pipe Zone:
Throughout the entire construction, backfilling at the pipe zone shall include bedding and
shall be as follows: Backfill material shall be placed below, around each side, and over
the top of the pipe, in approximately horizontal layers to a height of 12 inches over the top
of the pipe. Layers shall be of such thickness to facilitate the required compaction. This
backfill shall be well compacted by using mechanical tamping equipment in such manner
as not to damage the pipe, pipe joints or shift the pipe alignment Work men shall not be
permitted to walk over the pipe until at least 12 inches of compacted fill has been .placed
over the pipe. The Contractor shall not use water to obtain compaction except for adding
water to the backfill material before placing in the trench to bring the moisture content to
approximately "optimum" for good compaction. .
C. Type "A" Backfilling:
Consists of placing sand and gravel or other suitable materials excavated from the trench
in the trench in 6 inch thick layers from a point 12 inches above the top of the pipe and
mechanically tamped or compacted by rolling until the backfill density after compaction is
equal to 98 percent of the maximum density obtainable at optimum moisture content as
determined by the Standard Proctor Test (ASTM 0698). No water- shall be used to
secure compaction except for adding water to the backfill material before placing in the
trench to bring moisture content to approximately "optimum" for good compaction~ Each
6 inch thick layer shall be mechanically tamped before additional backfill material is-
placed in the excavated area.
O. Type "B" Backfilling:
Consists of placing sand and gravel or other suitable material excavated from the trench
in the trench in 12 inch thick compacted layers from a point 12 inches above the top of
the pipe. Each 12 inch thick lay?r shall be compacted before additional backfill material is
placed in the excavation. Only mechanical tamping, use of roller or small tractor will be
allowed. The .density of the backfilled material after compaction shall be equal to 95
percent of the maximum density obtainable at optimum moisture content as determined
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-13
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
I
by the Standard Proctor Test (ASTM 0698). Except in the upper 12 inches, water shall
be added to backfill material only before being placed in the trench in order to bring the
moisture content to approximately "optimum" for good compaction.
I
-
-
.
.
3.05 UTILITY CONSTRUCTION IN OTHER EXCAVATION:
Where utilities are required to be constructed in areas also requiring excavation and backfill
for other work, coordinate the work so that the parts come together properly and the
construction of the various parts can be done without damage to other parts. Place bedding
which will form bearing for pipes, using suitable material and shaping to the lower 1/3 of the
. pipe to provide uniform and continuous bearing: Compaction of backfill. material which will
form bearing shall be equal to that specified hereinbefore under Type "A" Backfilling. After
the pipe or other utility is placed, backfilling shall proceed as specified hereinbefore following
the requirements specified under "Backfilling at the Pipe Zone", "Type "A" Backfilling", and
"Type "B" Backfilling" as applicable.
.
-
i
I
3.06 CONSTRUCTION ALONG HIGHWAYS, STREETS AND ROADWAYS:
.
!III
A. Excavation, Trenching and Backfillinq Operations:
Excavation, trenching and backfilling along highways, streets and roadways shall be in
accordance with the applicable regulations of the State Highway Department with
reference to construction operations, safety, traffic control, road maintenance and repair.
B. Protection of Traffic:
Provide suitable signs, barricades and lights for protection of traffic, in locations where
traffic may be endangered by construction operations. All signs removed by reason of
construction shall be replaced as soon as condition which necessitated such removal
has been cleared. No highway, street or roadway shall be closed without first obtaining
permission from the proper authorities.
C. Construction Operations:
The Contractor shall construct all work along highways, streets and roadways using the
following sequence of construction operations, so as to least iriterfere with traffic:
1. Strippino. Where the pipe line is laid along road shoulders, sod, topsoil and other
material suitable for shoulder restoration shall be stripped and stockpiled for
replacement.
2. Trenching, Laying and Backfillino. Excavate trenches, install pipe line and backfill.
The trench shall not be opened any further ahead of pipe laying operations than is
necessary for proper laying operations. Trenches shall be progressively backfilled
and consolidated and excess material removed immediately.
3. Shaping. Immediately after completing backfilling operation, re-shape any damage to
cut and fill slopes, side ditch lines, and shall replace top soil, sod and nay other
materials removed from shoulders.
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
D. Excavated Material:
Excavated material shall not be placed along highways, streets, and roadways in such
manner as to obstruct traffic. Roadways and pavement will be maintained free of earth
material and debris.
E. Drainaqe Structures:
All side ditch culverts,cross drains and other drainage structures shall be kept clear of
excavated material and be free to drain at all times.
F. Maintaininq Hiqhways. Streets, Roadways and Driveways:
The Contractor shall furnish a road grader which shall be available for use at all times for
maintaining highways, streets and roadways. All such streets, highways and roadways
shall be maintained in suitable condition until completion and final acceptance of the
work.
Repair all driveways that are cut or damaged. Maintain them in suitable condition until
completion and final acceptance of the work.
3.07 REMOVING AND RESETTING FENCES:
Where existing fences must be removed to permit construction, the Contractor shall remove
such fences. As construction progresses, reset the fences in their original location and to
their original condition. All costs of removing and resetting fences and such temporary works
as may be required shall be included in the prices for the utility line.
3.08 REMOVE AND REPLACE PAVEMENT:
Pavement and base course which must be removed for constructing utilities and
appurtenances in streets shall'be replaced as specified in Section 02513.
The top 18 inches of subgrade material immediately under the paving base and also road
shoulder shall be carefully removed and kept separate form the rest of the excavated
material. This material shall be placed in the top 18 inches of the backfill. Further compaction
shall be accomplished by leaving the backfilled trench open to traffic while maintaining the
surface with crushed stone or gravel. Settlement in trenches shall be refilled with crushed
stone or gravel, and such maintenance shall continue until replacement of pavement.
Where utility lines are constructed on unpaved streets, roads or easements, the top 18 inches
of soil shall be stripped and windrowed separate from the excavation from trenches. After the
line has been installed and the backfill completed within 18 inches of the original grade, the
salvaged surfacing shall be replaced. This work shall be considered as general clean up
along with the removal of surplus excavated materials from the site and the restoring of the
surface outside trench limits to the original condition, the cost of which shall be included in the
price bid for the utility line.
3.09 WALKS, DRIVES, CONCRETE CURB AND GUTTER:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-15
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Walks and drives removed or damaged during the course of construction shall be replaced
with Class "A" Concrete at the same thickness as removed. They will. be cut to a neat edge
with a masonry saw after backfilling and compacting trench in 6 inch layers to a density not
less than 98 percent at 1. 2 percent of optimum moisture content as determined by the
Standard Proctor Test.
Concrete curb and gutter sections removed or damaged during the course of construction
shall be replaced in full sections with concrete having a compressive strength of at least
3,000 psi.
3.10 GRADING:
A. General:
Uniformly grade areas within limits of work under this section, including adjacent
transition areas. Smooth finished surface within specified tolerances, compact with
uniform levels or slopes between points where elevations are indicated, or between such
points and existing grades.
B. Lawn or Unpaved Areas:
Finish areas to receive topsoil to within not more than 0.10' above or below required
subgrade elevations.
C. Walks:
Shape surface of areas under walks to line, grade and cross-section, with finish surface
not more than 0.10' above or below required subgrade elevation.
D. Pavements:
Shape surface of areas under pavement to line, grade and cross-section, with finish
surface not more than 1/2" above or below required subgrade elevation.
E. Compaction:
After grading, compact subgrade surfaces to the depth and indicated percentage of
maximum or relative density for each area classification.
3.11 MAINTENANCE:
A. Protection of Graded Areas:
"
Protect newly graded areas from traffic and erosion. Keep free of trash and debris.
Repair and reestablish grades in settled, eroded, and rutted areas to specified tolerances.
B. Reconditioninq Compacted Areas:
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Where completed compacted areas are disturbed by subsequent construction operations
or adverse weather, scarify surface, re-shape, and compact to required density prior to
further construction.
C. Settlinq:
Where settling is measurable or observable at excavated areas during general project
warranty period, remove surface (pavement, lawn or other finish), add backfill material,
compact, and replace surface treatment. Restore appearance, quality, and condition of
surface or finish to match adjacent work, and eliminate evidence of restoration to greatest
extent possible.
3.12 DISPOSAL OF EXCESS AND WASTE MATERIALS:
A. Removal from OWNER's Property:
Remove waste materials including unacceptable material, trash and debris, and dispose
of it off OWNER's property.
3.13 MEASUREMENT AND PAYMENT:
The work specified in this Section will not be measured for direct payment except those items
specifically stated in this Section and for which bid prices are requested in the Bid Proposal.
Payment for all other will be included in the price for the item of work for which it is required.
The bid prices in the proposal will be paid for those specific items stated in this Section
02221.
END OF SECTION 02221
EXCAVATION, TRENCHING & BACKFILL FOR UTILITY SYSTEMS
Rev. 6/03
02221-17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 02310 - BORING AND JACKING
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
1.02 DESCRIPTION OF WORK:
Extent of borinq and iackinq work is indicated on drawings and schedules, and by
requirements of this section and includes the installation of pipeline crossings of roads,
highways and railroad tracks as shown. The OWNER will obtain the necessary permits for all
crossings.
1.03 QUALITY ASSURANCE:
A. Manufacturer's Qualifications:
Firms regularly engaged in manufacture of steel piping products of types, materials, and
sizes required, whose products have been in satisfactory use in similar seNice for not
less than 5 years.
B. Installer's Qualifications:
Firm with at least 3 years of successful installation experience on projects with boring and
jacking work similar to that required for project.
C. Permits:
1. Railroad Crossinq Permit: Comply with the installation and insurance requirements of
the attached permits for individual railroad crossings.
2. State Highwav Crossinq Permit: Comply with the installation and traffic control
requirements of the attached permits for individual highway crossings for State
highways.
3. OWNER Hiqhwav Crossing Permit: Comply with the installation and traffic control
requirements of the attached permits for individual highway crossings for OWNER
highways.
4. Environmental Compliance: Comply with applicable portions of local Environmental
Agency regulations pertaining to utility installation and erosion control.
1.04 SUBMITTALS:
.
A. Product Data:
Submit manufacturer's technical product data for casing materials.
BORING AND JACKING, REV. 6/03
.02310-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
-
B. Record Drawinos:
At project closeout, submit record drawings of installed casing piping including horizontal
and vertical location data in accordance with requirements of Division 1.
PART 2 - PRODUCTS
;;;;;;
2.01 CASING AND CARRIER PIPES:
-
-
A. Casino Pipe:
Casing Pipe shall be steel pipe with welded joints having a minimum yield strength of
35,000 psi. Length wall thickness and diameter shall be as shown on the Plans.
B. Carrier Pipe:
Carrier pipe shall be mechanical joint ductile iron pipe and shall conform with the
requirements for pipe as specified in appropriate Section of these Specifications. Casing
. pipe wall thickness shall be as indicated unless shown otherwise on the Plans.
Carrier Pipe I.D.-(Nom.) Casing Pipe I.D.-(Nom.) Casing Pipe Wall Thickness
Inches Inches Inches
12 24 .312
15 30 .406
18 30 .406
20 36 .469
24 36 .469
30 48 .625
36 54 .719
42 56 .750
C. Casino Spacers:
Casing spacers shall be bolt-on style with a two piece shell fabricated from 304
type stainless steel with a minimum thickness of 14 gauge. Minimum casing
spacer width shall be 8 inches unless noted otherwise on drawings. Shell
sections shall bolt together forming reinforcing ribs. Flanges bolts shall be
stainless steel. Shell shall be lined with an ASTM D1706-61T PVC liner. Bearing
surfaces shall be UHMW polymer sized to support the carrier pipe In the casing.
Casing spacers shall be Model CSS as manufactured by Cascade Waterworks
Manufacturing Company or equal.
PART 3 - EXECUTION
3.01 INSTALLATION OF CASING AND CARRIER PIPE:
A. Casino Pipe:
BORING AND JACKING, REV. 6/03
0231 0-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Installation of casing pipe, where indicated on the Plans, shall be by boring and jacking as
specified herein.
Suitable pits or trenches shall be excavated for the operation and for placing the end
joints of pipe. Where necessary, they shall be securely sheeted and braced to prevent
caving.
Construction shall be done in a manner that will not interfere with the operation of the
. facility, and shall not weaken the roadbed or structure.
Jacks for forcing the pipe through the roadbed shall have a jacking head constructed in
such a manner as to apply uniform pressure around the ring of the pipe. The pipe to be
jacked shall be set on guides, braced together, to properly support the section of the pipe
and direct it to the proper line and grade. In general roadbed material shall be excavated
just ahead of the pipe, using the boring auger, the excavated material removed through
the pipe, and the pipe forced through the roadbed into the excavated space.
The diameter of the excavation shall conform to the outside diameter and circumference
of the pipe as closely as practicable. Any voids which develop during the installation
operation shall be pressure grouted with an approved mix.
Variation in the final position of the pipe from the line and grade established by the
Engineer will be permitted only to the extent of 2 percent in lateral alignment, and 1
percent in vertical grade.
When boring and jacking of pipe is once begun, the operation shall be carried on without
interruption insofar as practicable, to prevent the pipe from becoming firmly set in the
embankment.
Any pipe damaged in boring and jacking operations shall be removed and replaced by
the Contractor at his expense.
The pits or trenches excavated to facilitate boring and jacking operations shall be
backfilled immediately after the operation has been completed. Wet boring and jacking
shall not be permitted.
B. Carrier Pipe:
Carrier pipe joints shall be assembled and pushed through casing pipe on casing
spacers. Casing spacers shall be spaced not more than 10 feet on center and no joint of
carrier pipe shall have less than three spacers. After installation of carrier pipe, the ends
of the casing pipe shall be closed with 8 inch brick and mortar walls.
Inspect pjpinq before installation to detect apparent defects. Mark defective materials
with white paint and promptly remove from site.
END OF SECTION 02310
BORING AND JACKING, REV. 6/03
0231 0-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G 124-01-02
AUD Project No. 60105
SECTION 02480 - GRASSING
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of the Contract, including General and Special Conditions,
and Division-1 Specification Sections apply to work of this section.
1.02 DESCRIPTION OF WORK:
Extent of grassing includes all lawn areas disturbed by construction operations.
For roads under state jurisdiction, grassing on the right-of-way shall meet the requirements
of the Department of Transportation Standard Specifications.
1.03 SUBMITTALS:
A. Fertilizer:
When the amount of grassing exceeds one acre, samples shall be taken and analyzed .
for pH, calcium, magnesium and soil fertility needs. The analyses shall be the basis for
determining the composition and application rate of the fertilizer and possible varieties of
grass. When these tests are taken, the results shall be submitted to the Engineer.
B. Seed:
Manufacturer's data shall be submitted to the Engineer on grass seed and fertilizer
before the materials are delivered to the project site.
PART 2 - PRODUCTS
2.01 TOPSOil:
Topsoil shall be natural soil of the region, free from lumps, clay, toxic substance, sticks,
debris, vegetation, stones over one-inch in maximum dimension, and suitable for growing
grass.
2.02 FERTILIZER:
A. Fertilizer shall be of such composition that when uniformly applied it will furnish not less
than the following quantities of available plant food per 1,000 square feet:
Nitrogen
Phosphoric Acid
Potash
0.8 pounds
0.8 pounds
0.8 pounds
This is equivalent to a commercial 8-8-8 fertilizer. Commercial fertilizer blends which will
give fractions exceeding these will be accepted, provided that no fraction exceeds the
GRASSING
02480-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
-
-
required by more than two times. The fertilizer shall be delivered to the job in original,
unopened containers.
B. Agricultural limestone shall be a pulverized dolamitic limestone having a calcium
carbonate content of not less than 85 percent by weight. Agricultural limestone shall be
crushed so that at least 85 percent of the material will pass a NO.1 0 mesh screen and
50 percent will pass a No. 40 mesh screen.
-
iiiii
2.03 SEED:
-
-
A. Seed shall be delivered in suitable sealed containers labeled in accordance with
applicable laws and regulations and including name and location of the producer. The
pure live grass seed mixture shall be as follows:
1. Mixtures for Spring and Summer Plantinq-March 1 to September 1: Seed with the
following minimum percentage by weight of pure live seed of each seed kind in the
mixture in each lot shall be furnished:
% by Weight of % by Weight of % by Weight of
Seed Kind 1 Each Seed Kind in Pure Live Seed of Pure Live Seed in
Mixture 2 each Kind 3 Mixture 4
Bermuda (Cynodon
Dactylon) 75 82 61.50
Lespedeza-Korean
(Lespedeza 25 97 24.50
stipulacea)
Total Pure Live Seed
In Mixture Weed 85.70
Seed, Not to Exceed 1.00
1 % by Weight Other 13.00
than Weed & Pure
Live Seed, Max.
TOTAL 100.00
(Continued Next Page)
GRASSING
02480-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
2. Mixtures for Fall and Winter Plantinq-September to March: Seed with the following
minimum percentage by weight of pure live seed of each seed kind in the mixture in
each lot shall be furnished:
% by Weight of % by Weight of % by Weight of
Pure Live Seed iri
Seed Kind 1 Each Seed Kind in Pure Live Seed of Mixture
Mixture 2 each Kind 3 4
Domestic Rye Grass
(lolium Mulifflorum) 50 88 66.00
Bermuda(Unhulled)
(Cynodon dactylon) 25 82 11.50
Bermuda (Hulled)
(Cynodon dactylon) 25 82 11.50
Total Pure Live Seed
In Mixture Weed 89.00
Seed, Not to Exceed 1.00
1 % by Weight Other 10.00
than Weed & Pure
Live Seed, Max.
TOTAL' 100.00
PART 3 - EXECUTION
3.01 TOPSOil:
Topsoil shall be placed four' inches to six inches deep over all areas to be grassed, using
salvaged topsoil to the extent possible and topsoil from off-site borrow to supplement that
salvaged. Topsoil shall be spread over the areas to be grassed and shall be fine graded so
as to be suitable for sowing.
3.02 FERTILIZER:
All areas to be grassed shall have fertilizer applied as specified or determined by the soil
analyses.
3.03 SEED:
A. Application:
Seeds are to be sown by a mechanical spreader either hand operated or machine
operated. Seeding equipment shall be such as will continuously mix the seeds to
prevent segregation.
GRASSING
02480-3
-
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Seed shall be applied ata minimum rate of 60/lbs/acre.
I
I
I
I
I
I
I
B. Soil Preparation:
Immediately before seeding, the soil shall have been properly prepared for seeding.
Immediately after the seed has been sown, the entire area shall be raked lightly and
rolled lightly to pack the soil firmly around the seed.
Seeded areas shall be moist when seeding and shall be kept moist by sprinkling until a
good stand of grass is obtained and until the work is accepted by the OWNER.
Reseeding shall be done by the Contractor at his own expense as may be necessary to
obtain a satisfactory stand of grass.
The Contractor shall use mulch or other additive materials when conditions do not allow
an acceptable stand of grass to grow. Mulch and additive materials shall contain no
weed seeds.
3.04 LIMESTONE:
Agricultural limestone shall be provided where permanent seeding is implemented.
Agricultural limestone shall be thoroughly mixed into the soil at the rate of 45 Ibs per 1000
SF. The specified rate of application of limestone may be reduced by the Engineer if pH
tests indicate this to be desirable. It is the responsibility of the contractor to obtain such
tests and submit the results to the Engineer for adjustment to rates.
.
....
ii
3.05 MAINTENANCE AND RESEEDING:
All seeded areas shall be maintained without payment until acceptance of the Contractor
and any regrading, refertilizing, or reseeding shall be done at his own expense. Any areas
which fail to show a "catch" or uniform stand, for any reason whatever, shall be reseeded
with the original mixture, and such reseeding shall be repeated until final acceptance. The
Contractor shall properly water, mow, and otherwise maintain all seeded areas until final
acceptance.
Damage resulting from erosion, gulleys, washouts, or other causes shall be repaired by
filling with topsoil, tamping, refertilizing, and reseeding by the Contractor at his own expense,
if such damage occurs prior to acceptance of the Contract.
END OF SECTION 02480
GRASSING
02480-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 02513 - ASPHALT CONCRETE PAVING
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Special Conditions and
Division-1 Specification sections, apply to work of this section.
1.02 DESCRIPTION OF WORK:
Extent of asphalt concrete paving work is shown on drawings.
Saw-cutting of edges of existing pavement is specified in Section 2110, "Site Clearing".
1.03 SUBMITTALS:
A. Material Certificates:
Provide copies of materials certificates signed by material producer and Contractor,
certifying that each material item complies with, or exceeds, specified requirements.
1.04 QUALITY ASSURANCE:
A. Codes and Standards:
Comply with State Highway or Transportation Department Standard Specifications, latest
edition, and with local governing regulations if more stringent than herein specified.
1.05 SITE CONDITIONS:
A. Weather Limitations:
Apply prime and tack coats when ambient temperature is above 50 deg. F (10 deg. C),
and when temperature has not been below 35 deg. F (1 deg. C) for 12 hours immediately
prior to application. Do not apply when base is wet or contains an excess of moisture.
Construct asphalt concrete surface course when atmospheric temperature is above 40
deg. F (4 deg. q, and when' base is dry. Base course may be placed when air
temperature is above 30 deg. F (-1 deg. C) and rising.
B. Grade Control:
Establish and maintain required lines and elevations.
.
I PART2-PRODUCTS
2.01 MATERIALS:
I
I
I
A. General:
ASPHALT CONCRETE PAVING
02513-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
-
-
.
Use locally available materials and gradations which exhibit a satisfactory record of
previous installations. All materials shall comply with the Department of Transportation
Standard Specification in the state where project is located.
Crushed stone, crushed gravel, crushed slag, and sharp-edged natural sand.
I
I
I
I
I
B. Base Course Aqgregate:
Sound, angular crushed stone, crushed gravel, or crushed slag, sand, stone or slag
screenings.
Limerock Base Course consisting of either Miami or Ocala formation at the Contractor's
option. Only one formation shall be used.
C. Surface Course Aqqregate:
D. Asphalt Cement:
Plant mix conforming to the requirements of Section 400 of the [Georgia/South Carolina]
Standard Specification.
-
-
E. Prime Coat:
Cut-back asphalt type; MSHTO M 82 (ASTM D 2027) MC-30, MC-70 or MC-250.
2.02 ASPHALT-AGGREGATE MIXTURE:
The job mix shall conform to the requirements of Type F, Section 828, Georgia Department
of Transportation Standard. Marshall Stability = 1250 Lbs. Voids = 4 - 5 %
PART 3 - EXECUTION
3.01 SURFACE PREPARATION:
A. Loose Material:
Remove loose material from compacted subbase surface immediately before applying
herbicide treatment or prime coat.
Proof roll prepared subbase surface to check for unstable areas and areas requiring
additional compaction.
Notify Contractor of unsatisfactory conditions. Do not begin paving work until deficient
subbase areas have been corrected and are ready to receive paving.
B. Prime Coat:
ASPHALT CONCRETE PAVING
02513-2
I
I
I
I
I
'I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Apply at rate of 0.20 to 0.50 gal. per sq. yd., over compacted subgrade. Apply material to
penetrate and seal, but not flood, surface. Cure and dry as long as necessary to attain
penetration and evaporation of volatile.
3.02 PLACING MIX:
A. General:
Place asphalt concrete mixture on prepared surface, spread and strike-off. Spread
mixture at minimum temperature of 225 deg. F (107 deg. C). Place inaccessible and
small areas by hand. Place each course to required grade, cross-section, and
compacted thickness. .
B. Paver Placing:
Place in strips not less than 10' wide, unless otherwise acceptable to Engineer. After first
strip has been placed and rolled, place succeeding strips and extend rolling to overlap
previous strips. Complete base course for a section before placing surface course.
C. Joints:
Make joints between old and new pavements,. or between successive days' work, to
ensure continuous bond between adjoining work. Construct joints to have same texture,
density and smoothness as other sections of asphalt concrete course. Clean contact
surfaces and apply tack coat.
3.03 ROLLING:
Begin rolling when mixture will bear roller weight without excessive displacement.
Compact mixture with hot hand tampers or vibrating plate compactors in areas inaccessible
to rollers.
Accomplish breakdown or initial rolling immediately following rolling of joints and outside
edge. Check surface after breakdown rolling, and repair displaced areas by loosening and
filling, if required, with hot material.
Follow breakdown rolling as soon as possible, while mixture is hot. Continue second rolling
until mixture has been thoroughly compacted.
Perform finish rolling while mixtu're is still warm enough for removal of roller marks. Continue
rolling until roller marks are eliminated and course has attained maximum density.
Remove and replace paving areas mixed with foreign materials and defective areas. Cut-out
such areas and fill with fresh, hot asphalt concrete. Compact by rolling to maximum surface
density and smoothness.
After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened.
ASPHALT CONCRETE PAVING
02513-3
-
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
-
=
Erect barricades to protect paving from traffic until mixture has cooled enough not to become
marked.
I
I
I
I
3.06 REMOVE AND REPLACE PAVEMENT:
Pavement and base course which must be removed for constructing sewers, manholes, force
mains, water lines, and all other appurtenances in streets shall be replaced with the paving
section shown on the drawings or match the existing pavement section. The pavement shall
be removed to neat lines cut by a masonry saw. The top 18 inc,hes of subgrade material
immediately under the paving base and also road, should shall be carefully removed and
kept separate from the rest of the excavated material. This material shall be placed in the top
18 inches of the backfill. Eight (8) inches of G.A.B. after compaction is to be placed to an
elevation six (6) inches below the existing finish grade of the roadway. Four (4) inches of
Type "B" Binder after compaction is to be placed to an elevation two (2) inches below the
existing finish grade of the roadway. Further compaction shall be accomplished by leaving
the backfilled trench open to traffic while maintaining the surface with crushed stone or
gravel. Settlement in trenches shall be refilled with crushed stone or gravel, and such
maintenance shall continue until replacement of pavement.
i
.
.
All utility road cuts require an asphalt overlay. The minimum width shall be one full lane
width. The minimum length is fifty feet which is a minimum twenty-five (25) feet on each
side of the center of the utility cut. The minimum thickness of the Type "E" asphalt overlay
shall be one and one half (1 %) inches after compaction. Unless otherwise directed by the
Augusta Public Works City Engineer, a mechanical spreader shall be used to place the
asphalt for a permanent patch. After placement of the asphalt and after proper rolling, the
final grade of asphalt patch shall match the existing grade of the surrounding pavement.
Hot Mix Asphaltic Concrete is required for permanent patches per Georgia Department of
Transportation Standard Specifications, Current Edition, "Section 400 - Hot Mix Asphaltic
Concrete Construction." Cold Mix Asphaltic Concrete will be allowed for temporary
patches per Georgia Department of Transportation Standard Specifications, Current
Edition, "Section 401 - Cold Mix For Patching" at the discretion of the Augusta Public
Works City Engineer.
3.07 FIELD QUALITY CONTROL:
A. General:
Test in-place asphalt concrete courses for compliance with requirements for thickness
and surface smoothness. Repair or remove and replace unacceptable paving as directed
by Engineer.
B. Thickness:
In-place compacted thickness will not be acceptable if exceeding following allowable
variation from required thickness:
1. Base Course: 1/2", plus or minus.
2. Surface Course: 1/4", plus or minus.
ASPHALT CONCRETE PAVING
02513-4
I
-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
. S&P Project No. G124-01-02
AUD Project No. 60105
3. Surface Smoothness: Test finished surface of each asphalt concrete course for
smoothness, using 10' straightedge applied parallel with, and at right angles to
centerline of paved area. Surfaces will not be acceptable if exceeding the following
tolerances for smoothness.
4. Base Course Surface: 1/4".
5. Wearinq Course Surface: 3/16".
6. Crowned Surfaces: Test with crowned template centered and at right angle to
crown. Maximum allowable variance from template, 1/4".
Check surface areas at intervals as directed by Engineer.
END OF SECTION 02513
ASPHALT CONCRETE PAVING
02513-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 02666 - WATER DISTRIBUTION SYSTEM
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Extent of water distribution systems work is indicated by requirements of this section.
B. Refer to Division-2 section "Excavation, Trenching and Backfilling for Utility Systems" for
excavation and backfill required for water distribution systems, except that backfilling in
the pipe zone shall be terminated 2 inches above the pipe until completion of preliminary
testing.
C. Refer to Division-3 sections for concrete work required for water distribution systems; not
work of this section.
D. Refer to Division-15 section "Potable Water Systems" for interior building systems
including interior piping, fixtures, and equipment; not work. of this section.
1.03 QUALITY ASSURANCE:
A. Codes and Standards:
1. Local Code Compliance: Comply with applicable portions of local codes and
regulations of local utility company pertaining to selection and installation of water distri-
bution system materials and products.
1.04 DAMAGE TO WATER SYSTEM:
Damage to any part of the water system by the Contractor, or subcontractors, that is repaired
by Water Department forces shall be charged to the Contractor on the basis of time and
material, plus 30 percent for overhead and administration.
1.05 SUBMITTALS:
A. Affidavit of Compliance:
Submit manufacturer's affidavit that all materials delivered comply with this specification
and the cited standard specifications.
B. Shop Drawings:
. Submit shop drawings for water distribution system. components, showing piping
materials, size, locations, and elevations. Include details of underground structures,
WATER DISTRIBUTION SYSTEM
02666-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
I
connections, thrust blocks, and anchors. Show interface and spatial relationship between
piping and proximate structures.
I
I
I
-
C. Record Drawings:
At project closeout, submit record drawings of installed water distribution system piping
and products, in accordance with requirements of Division 1.
D. Maintenance Data:
Submit maintenance data and parts lists for water distribution system materials and
products. Include this data, product data, shop drawings, and record drawings in
maintenance manual; in accordance with requirements of Division 1.
I
I
I
PART 2 - PRODUCTS
2.01 IDENTIFICATION:
A. Underqround-Type Plastic Line Markers:
.
Manufacturer's standard permanent, bright-colored, continuous-printed plastic tape,
intended for direct-burial service; not less than 6" wide x 4 mils thick. Provide blue tape
with black printing reading "CAUTION WATER LINE BURIED BELOW".
1. Available Manufacturers:
Subject to compliance with requirements, manufacturers offering plastic line markers
which may be incorporated in the work include, but are noflimited to, the following:
Allen Systems Inc.
Seton Name Plate Corp.
2.02 PIPES AND PIPE FITTINGS:
A. General:
Water lines disturbed/uncovered during construction shall be replaced with ductile iron
pipe, including appropriate fittings/couplings. All work shall be coordinated with the
Augusta Utilities Department. Provide sizes matching piping and equipment connections;
provide fittings of materials which match pipe materials used in potable water systems.
Where more than one type of materials or products are indicated, selection is Installer's
option.
B. ElQlo.g:
Provide pipes of one of the following materials, of weight/class indicated. Provide pipe
fittings and accessories of same material and weight/class as pipes, with joining method,
as indicated.
WATER DISTRIBUTION SYSTEM
02666-~~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
. S&P Project No. G124-01-02
AUD Project No. 60105
Ductile-Iron Pipe: AWVl/A C151, with cement mortar lining complying with AWWA C1 04;
thickness according to AWWA C150, Laying Condition 2, Class 50 minimum unless
otherwise indicated. Joints conforming to AWWA C111, push-on-type unless otherwise
indicated.
a. Fittinqs: Ductile-iron, exterior one mil petroleum asphaltic seal coat AWWA
C110; mechanical jOint type, cement lined and seal coated, AWWA C1 04.
b. Polyethylene Tube for encasement of ductile iron pipe shall conform to the
requirements of AWVl/A C105, Type I, Class C, Grade E-1, black, with a minimum,
thickness of 8 mils.
2.03 VALVES:
A. Resilient Seated Gate Valves:
Provide as indicated, resilient seated gate valves, AWWA C509, 150 psi working
pressure. Provide flanged, mechanical joint, or other end configurations to suit piping
connection. The gate shall be ductile or cast iron with a bonded in place synthetic rubber
material. The gate shaH have no sliding of rubber on seating surfaces when obtaining
closure. Barrel of the valve shall be smooth. The body of the valve shall be ductile or
cast iron with an epoxy type coating which is non-toxic and meets the requirements of
AWWA C550. Stem shaH have anti-friction washer and O-ring seals which can be re-
placed when valve is under pressure. Valve shall open counterclockwise and shall be
equipped with a 2" standard operating nut unless indicated otherwise.
1. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering gate valves which may be incorporated in the work include, but are not limited
to, the following:
American
Waterous Co.
B. Butterfly Valves:
Butterfly valves shall be rubber seated and shall conform to requirements of AWWA
C504, 150 psi working pressure. Valve bodies shall be cast iron conforming to ASTM
A 126, Class B or ASTM A48, Class 40, in thickness as specified in AWWA C504 for the.
class required. Valves shall be the 2 flange connection type unless noted otherwise.
Flanges shall be drilled to conform to 125# ANSI B16.1. Rubber seats ("Hycar" or BUNA
"Nil) shall be chemically bonded to the valve body. The mating seat, in either case, shall
be 18-8 Stainless Steel or Monel Metal.
Valve discs shall be of cast iron conforming to ASTM A48, Class 40. The seating edges
shall be 18-8 Stainless Steel or Monel Metal for the full width of the disc seating edge and
shall be smooth polished. Valve discs of alloy cast iron conforming to ASTM A436, Type
I, with smooth polished seating edge will be permitted. The valve shaft shall be Type 304
or 316 Stainless Steel and shall extend through a packing gland for attachment to the
operator. Valve bearings shall be of "self-lubricated" materials conforming to Section
10.4 of AWWA C504.
WATER DISTRIBUTION SYSTEM
02666-3
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
.
-
.
Valve operators shall be equipped with adjustable stop-limiting devices for both the open
and closed position. Valves shall be equipped with a 2" standard operating nut and
operator suitable for buried conditions. Gearing and material requirements shall conform
to requirements of Section 12.2 of AVVWA C504. Operators shall be self-locking to hold
in any position. All operators shall be designed to be opened or closed with a force of not
more than 40 pounds. All valves shall open-left if installed south of Gordon Highway
(SRID); or open-right if installed north of Gordon Highway.
I
.....
Pratt Valve Co.
Dezurik Valve Co. Inc.
Keystone Valve; Div.of Keystone International Inc.
I
I
I
1. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering butterfly valves which may be incorporated in the work include, but are not
limited to, the following:
i
-
C. Check Valves: Provide as indicated, swing check valves, AWWA C508, 150 psi working
pressure. Provide iron body, cast-iron disc, bolted cap.
-
....
1. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering check valves which may be incorporated in the work include, but are not limited
to, the following:
Dresser Mfg.; Div. of Dresser Industries.
Kennedy Valve; Div. of ITT Grinnell Valve Co. Inc;
Stockham Valves and Fittings Inc.
D. Two Inch Ball Valves:
Shall be designed for a working pressure of not less than 125 psi. End connections shall
be flanged or threaded.
1. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering check valves which may be incorporated in the work include, but are not limited
to, the following:
Ford Meter Box Company, Inc., B41-777.
2.04 HYDRANTS:
A. General:
Physical characteristics and compositions of various metal used in hydrant components
shall meet the requirements as specified in AWWA C502-80, or latest revision for dry
barrel type. Hydrants shall be suitable for a working pressure of 150 psi and shall be
hydrostatically factory tested to 300 psi. Hydrants shall be manufacturer's current model
design and construction. All units to be manufacturer's current "model design and
construction. All units to be complete, including joint assemblies. Hydrants must have
been marketed for at least five years and the Bidder must provide a list of at least five
WATER DISTRIBUTION SYSTEM
02666-4
I
I
I
I
I
I
I
I
I
I
I
I
I
.1
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
municipalities where the proposed hydrant has been in service, and has provided
satisfactory service.
B. Bonnet:
Bonnet may have oil filled or dry reservoir. If oil filled, bonnet must have O-ring packing
so that all operating parts are enclosed in a sealed oil bath. Oil filler plug shall be
provided in bonnet to permit checking of oil level and adding oil when required. If dry
type, hydrant top must have lubricating hole or nut for ease of lubrication. All parts must
be removed through top of hydrant without removing entire bonnet section through safety
flange.
C. Nozzles and Caps:
The hydrant shall have two 2-1/2 inch connections and one 4-1/2 inch steamer
connection, National Standard Threads. Nozzles shall be bronze and shall have
interlocking lugs to prevent blowout. Nozzle caps shall be secured to fire hydrant with
non-linking type chain with chain loop on cap ends to permit free turning of caps.
D. Seat Ring:
Seat ring shall be bronze to bronze.
E. Drain Valves and Openings:
Positive operating drain valves shall be provided to assure drainage of fire hydrant when
the main is closed. Drain openings shall have bronze bushings. .
F. Main Valve:
Valve shall be designed to close with the pressure and remain closed. Valve shall be
made from material that will resist rocks or other foreign matter. Valve shall have a full
4-1/2 inch opening and mechanical joint ends.
G. Barrel and Safety Flanqes:
Hydrant shall have a safety-type vertical barrel with 3-1/2 foot bury, unless otherwise
noted, and be designed with safety flanges and/or bolts to protect the barrel and stem
from damage and to eliminate flooding when hydrant is struck. Where bury depth of
hydrant exceeds 6 feet, the barrel and operating shaft shall be furnished in 6 foot
lengths. The barrel joints shall be flanged and the operating shaft shall be provided with
disconnectable joints. Bury depth shall be cast on barrel of hydrant.
H. Operatinq Stop and Nut:
Hydrant shall have a positive stop feature to permit opening of hydrant without over travel
of stem. Operating nut shall be bronze, 1-.1/~~ inch, point to flat, pentagon.
I. Bolts and Nuts:
WATER DISTRIBUTION SYSTEM
02666-5
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
.
-
-
Bolts and nuts shall be corrosion resistant.
.
J. Inlet:
I
=
Bottom inlet of hydrant shall be provided with restrained joint connection as specified and
shall be 6-inch nominal diameter.
I
I
I
K. Direction of Openinq:
The hydrant shall close to the right or clockwise and the hydrant shall open to the left or
counterclockwise.
L. Coatinqs:
All portions of hydrant, inside and outside, except exterior portion above ground level,
shall be covered with two coats of asphalt varnish applied in accordance with AWl/VA
C502 latest revision. The exterior portion of hydrant above ground level shall be painted
with two coats of best grade red primer paint. After ,the hydrant has been accepted and
placed in seNice, the exterior, above ground portion of the hydrant shall be painted with
two coats of approved yellow hydrant enamel.
-
.
-
.
M. Joint Assemblies:
-
Complete joint assemblies consisting of gland, gasket, bolt and nut shall be furnished.
N. Inspection and Affidavit:.
Hydrants furnished under this specification shall be subject to inspection and approval by
the OWNER, who, if required, shall have full access to manufacturer's facilities for
inspection and obseNation of tests. Manufacturer is also required to'furnish the OWNER
with an affidavit of compliance with specifications covering all materials and test
procedures relating to construction of the hydrants.
2.05 TAPPING SLEEVES AND VALVES:
A. General:
Tapping sleeves and valves shall be used for making branch connections to an existing
water main. Tapping sleeves shall be provided at the locations indicated on the plans
and shall be mechanical joint type. Tapping valves shall be mechanical joint type gate
valves, or approved equal, and shall conform to the requirements of the paragraph this
Section.
1. Available Manufacturers:
Subject to compliance with requirements, manufacturers offering tapping sleeves and
valves which may be incorporated in the work include, but are not limited to, the following:
Mueller Company
WATER DISTRIBUTION SYSTEM
02666-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. 8124-01-02
AUD Project No. 60105
2.06 ACCESSORIES:
A. Anchoraqes:
Provide anchorages for tees, wyes, crosses, plugs, caps, bends, valves, and hydrants.
After installation, apply full coat of asphalt or other acceptable corrosion-retarding material
to surfaces of ferrous anchorages.
B. Clamps. Straps. and Washers:
Steel, ASTM A 506.
C. Rods:
Steel, ASTM A 575.
D. Rod Couplinqs:
Malleable-iron, ASTM A 197.
E. Bolts:
Steel, ASTM A 307.
F. Cast Iron Washers:
Gray-iron, ASTM A 126.
G. Thrust Blocks:
Concrete, 2,500 psi.
H. Yard Hvdrants:
Provide non-freeze yard hydrants, 3/4" inlet, 3/4" hose outlet, bronze casing, cast-iron or
cast-aluminum casing guard, key-operated, and tapped drain port in valve housing.
1. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering yard hydrants which may be incorporated in the work include, but are not limited
to, the following:
Josam Mfg. Co.
Smith (Jay R.) Mfg. Co.
Tyler Pipe.
Zurn Industries, Inc.; Hydromechanics Div.
I. Corporation Stops:
Quick tap corporation stop.
WATER DISTRIBUTION SYSTEM
02666-7
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
!!!
iii
-
1. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering corporation stops which may be incorporated in the work include, but are not
limited to, the following:
I
-
I
Ford Meter Box Company, Inc., F1000.
J. Curb Stops:
I
Curb stop shall be one inch size or as shown on the Plans.
I
1. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering curb stops which may be incorporated in the work include, but are not limited to,
the following:
I
Ford Meter Box Company, Inc. B-11-444.
K. Water Combination Air Valves:
Water combination air valves shall be 2-inch size unless noted otherwise. Body shall be
close grained cast iron with all internal parts and float of stainless steel. The valves shall
be capable of venting air from the pipeline while the pipeline is pressurized. The water
combination air valve shall be single body, double orifice design.
1. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering combination air valves which may be incorporated in the work include, but are not
limited to, the following:
APCO Model 145C.
Empire Figure No. 940
L. Sample Hose Bibbs:
Hose bibbs shall be of the angle globe type, of brass or bronze construction. Valves shall
have rising stems and handwheel operators. Valves shall be suitable for working
pressure of not less than 125 psi.
M. Cast Iron Valve Box:
Cast iron valve box shall be a three piece adjustable screw cast iron type. The valve box
shall have a 5-1/4 inch shaft diameter. The cover shall be cast iron and marked "Water."
N. Water Meter Box:
The water meter box body shall be manufactured of polyethylene structural foam to resist
impact and shock from normal handling. The plastic shall be formulated to resist
ultraviolet attack, permitting outdoor storage. The box shall have a solid cast iron lid.
O. Valve Manholes and Vaults:
WATER DISTRIBUTION SYSTEM
02666-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Gate valves, butterfly valves and combination air valves shaH be installed in manholes
where indicated on the Plans. All manholes shaH be precast reinforced concrete
conforming to ASTM C478 except where otherwise called for on the Plans or Speci-
fications. Points between precast concrete risers and tops shall be fuHy bedded in
cement mortar and shall be smoothed to a uniform surface on both exterior and interior of
the structure. Joints may be made with flexible rubber-type gaskets. The cover shaH be
stamped "Water."
2.07 CONCRETE AND ACCESSORIES:
Concrete and reinforced concrete shall conform to the requirements for concrete with a
compressive strength not less than 2,500 psi. The concrete mixture shall have air content by
volume of concrete, based on measurements made immediately after discharge from the
mixer, of 3 to 6 percent when maximum size of coarse aggregates exceeds 1 -1/2 inches. Air
content shall be determined in accordance with ASTM C231. Maximum slump shall be 4
inches.
Reinforcing shaH conform to ASTM 615, grades 40 or 60, free of excess rust, scale or other
harmful substances.
Expansion joint filler material shall conform to ASTM D1751, D1752 or AASHTO M33 or shaH
be resin impregnated fiberboard conforming to the physical requirements of ASTM D1752.
PART 3 - EXECUTION
3.01 INSPECTION:
A. General:
Examine areas and conditions under which potable water system's materials and
products are to be installed. Do not proceed with work until unsatisfactory conditions
have been corrected in manner acceptable to Installer.
Pipe, fittings, valves, hydrants and other accessories shaH, unless otherwise directed, be
unloaded at the point of delivery, hauled to and distributed at the site of the project by the
Installer. They shall at all times be handled with care to avoid damage. In loading and
unloading, they shall be lifted by hoists or slid or rolled on skidways in such a manner as
to avoid shock. Under no circumstances shaH they be dropped. Pipe handled on
skidways must not be skidded or roHed against pipe already on the ground pipe, fittings
and valves shall be stored with their ends covered with polyethylene sheet or other
suitable material to prevent the entrance of foreign material into the pipe or fittings prior to
laying. .In distributing the material at the site of the work, each piece shall be unloaded
opposite. or near the place where it is to be laid in the trench. . Coated pipe shall be
handled in such a manner that a minimum of damage to the coating wiH result. Damaged
coating shall be repaired. Pipe shall be placed on the site of work parallel with the trench
alignment and with bell ends facing the direction in which the work will proceed unless
otherwise directed. The interior of all pipe, fittings, and other accessories shall be kept
free from dirt and foreign matter at all times. Valves and hydrants before installation shall
be drained and stored in a manner that will protect them from damage by freezing.
WATER DISTRIBUTION SYSTEM
02666-9
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
All pipe and fittings', valves and hydrants shall be carefully lowered into the trench piece
by piece by means of derrick, ropes or other suitable tools or equipment in such a
manner as to prevent damage to the pipe or pipe coating~' Under no circumstances shall
pipe or accessories be dropped into the trench. Before lowering and while suspended,
cast iron pipe shall be inspected for defects and rung with a light hammer to detect
cracks. Any defective, damaged or unsound pipe shall be rejected. All ,foreign matter or
dirt shall be removed from the inside of the pipe before it is lowered into its position in the
trench and it shall be kept clean by approved means during and after laying. Care shall
be taken to prevent dirt from entering the joint space. At all times when pipe laying is not
in progress, the open ends of the pipe shall be closed by'approved means and no trench
water shall be permitted to enter the pipe.
3.02 INSTALLATION OF IDENTIFICATION:
A. General:
All water mains and water service laterals located within public easements/rights-of-way
shall have a #14 gauge insulated single strain copper wire installed directly on top' of the
water line. The wire shall be secured to the pipe with tape or other approved method.
Where water service laterals connect to water mains, the wire coating shall be stripped so
that the bare wires can be and shall be joined together wrapped with a rubberized
insulation tape. The insulation tape shall cover all areas of the exposed wire. The
insulated wire must maintain electrical continuity. This tracing wire system shall be
checked and tested by the Contractor, prior to acceptance of the water main installation.
Install continuous underground-type plastic line markers, located directly over buried lines
at 12" above the pipeline.
All water taps and laterals shall be installed perpendicular to water mains.
A "W" shall be stamped/marked on the curb at a point directly above the water lateral
passing under the curbing gutter.
3.03 INSTALLATION OF PIPE AND PIPE FITTINGS:
A. General:
Cutting pipe for inserting valves, fittings, or closure pieces shall be done in a neat and
workmanlike manner without damage to the pipe. Unless otherwise directed, pipe shall
be laid with the bell ends facing the direction of laying. For lines on an appreciable slope,
bells shall, at the direction-of the Engineer, face upgrade. Wherever necessary to deflect
the pipe from straight line, whether in the vertical or horizontal plane to avoid obstructions,
to plumb stems or other reasons, the degree of deflection shall be approved by the
Engineer. No pipe shall be laid in water or when the trench 'condition or the weather is
unsuitable for such work.
B. Ductile-Iron Pipe:
Install in accordance with AWWA C600 "Standard for Installation of Ductile-Iron Water
Mains and Their Appurtenances".
WATER DISTRIBUTION SYSTEM
02666-1 0
B
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
C. Polyvinvl Chloride Pipe:
Install in accordance wit.h manufacturer's installation instructions.
D. Depth of Cover:
A minimum cover over the top of the pipe of 3 feet from the proposed paving subgrade,
shoulder or finished grade shall be provided.
3.04 INSTALLATION OF HYDRANTS AND ACCESSORIES:
A. Hvdrants:
Hydrants shall be set at such elevations that the connecting pipe will have the same
depth of cover as the distribution mains. The connecting pipe shall be ductile iron pipe.
The hydrants shall be set on a base of concrete not less than 4 inches thick and 16
inches square. The back of the hydrant opposite the pipe connection, shall be firmly
wedged by a poured-in-place concrete thrust block against the vertical face of the trench
to prevent the hydrant from blowing off the line. The base of the hydrant shall be
wrapped or oiled to prevent bond between thrust blocks and hydrants. Hydrants and
valves shall have the interior cleaned of all foreign matter before installation. Not less
than 1 cubic foot of broken stone shall be placed around the base of the hydrant.
Place a bag over hydrant to indicate its not being in service until after the water main is
put in service.
B. Water Service Connections:
Service lines shall be connected to 4 inch and larger mains with corporation stops.
Connections to mains smaller than 4 inches shall be made with a rigid connection.
Plugged tees or crosses for future connections shall be installed where shown on the
Plans. A house service connection shall be provided to vacant lots and the exact location
marked on the curb with a "W". The mark shall be made on the vertical face of the curb
and shall be a minimum of 1/4 inch deep made with a branding iron. Where services are
provided at locations without curb a 2" x 4" 30-inches long pressure treated flag stake
painted white shall locate the end of the lateral. Minimum cover of 24 inches shall be
provided until a short transition to 12 inches depth at the water meter. Each water service
shall be inspected and approved by the Engineer before any backfill is placed.
Water service laterals shall be installed to the property line of all lots along streets and
rights-of-way in which water main is constructed or to a distance of 5 feet from the
building line for apartments, condominiums, or other uses besides subdivision lots..unless
otherwise directed by the Engineer.
C. Thrust Blocking:
All plugs, caps, bends 11-1/4 degrees or greater and tees shall be provided with thrust
blocking in accordance with the Thrust Blocking Schedule shown on the drawings.
Thrust blocking shall bear directly against the undisturbed trench wall, and shall be made
WATER DISTRIBUTION SYSTEM
02666-11
Install valves as indicated with stems pointing up. The top of manholes outside of roads,
streets and highways shall be built to grade three inches above ground surface unless
otherwise shown on the Plans. Manholes in roads, streets, highways or parking lots shall
be built to grades designated on the Plans or as directed by the Engineer.
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
with concrete having a compressive strength of at least 2,500 psi. Thrust blocking should
be so arranged that it will not interfere with reworking joints should such work become
necessary. If the area for thrust blocking is over excavated beyond the dimensions
required by the Schedule, additional concrete shall be provided to extend the thrust
blocking to undisturbed earth at no additional cost to the OWNER.
3.05 INSTALLATION OF VALVES:
A. General;
3.06 CONCRETE AND ACCESSORIES:
The concrete cover over steel reinforcing shall be not less than 2 inches for covers, wall and
flooring. Concrete covering deposited directly against the ground shall have a thickness of at
least 3 inches between steel and ground. Place and tie reinforcing securely in proper
location using standard accessories. Support bars in footing and slabs on earth by means of
concrete brick. Place and properly vibrate concrete in forms or excavations in a manner that
will assure complete filling or spaces without voids or honeycomb. Finish concrete surfaces
exposed to view by floating, troweling and rubbing as required for a neat appearance.
-
3.07 FIELD QUALITY CONTROL:
-
A. Pipinq Tests:
Conduct piping tests before joints are covered, and after thrust blocks have sufficiently
hardened. Fill pipeline 24-hours prior to testing, and apply test pressure to stabilize
system. Use only potable water.
B. Hydrostatic Tests:
The Contractor shall provide all necessary equipment and shall perform all work required
in connection with the tests. Each section shall be tested by hydrostatic pressure of 150
pounds per square inch. Each section shall be slowly filled with water, care being taken
to expel all air from the pipes. If necessary, the pipe shall be tapped at high points to vent
the air. The required pressure as measured at the point of lowest elevation shall be
applied for n6t less than 2 hours and all pipe, fittings, valves, hydrants and joints shall be
carefully examined for defects. All defective joints shall be repaired or replaced to the
satisfaction of the Engineer. There shall be a preliminary water main test and a final
pressure test prior to final acceptance.
C. Leakage Test:
A leakage test shall be conducted after the pressure test has been satisfactorily
completed. The duration of. the leakage test shall be 2 hours and during the test the main
or section of main under test shall be subjected to a pressure of 150 psi based on the
WATER DISTRIBUTION SYSTEM
02666-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
lowest point in the line or section under test, and connected to the elevation of the test
gauge. Leakage is defined as the quantity of water to be supplied into the newly laid pipe
or any valved section thereof, necessary to maintain the specified leakage test pressure
after the air has been expelled and the pipe has been filled with water at the test
pressure. No pipe installation will be accepted until the leakage is less than the number
of gallons per hour as determined by the formula.
L = S x D x (P) 1/2
133,200
L = allowable leakage in gallons per hour
S = length of pipe tested in feet.
D = the nominal diameter of the pipe in inches
P = the average test pressure during the
leakage test in pounds per square
inch gauge.
Should any test of pipe laid disclose leakage greater than the above specified. The
Contractor shall at his own expense locate and repair the defective joints until leakage is
within the specified allowance. This test shall be made after the installation of the soil
cement base and prior to the installation of bituminous concrete if pavement is to be
placed over the water main.
3.08 ADJUSTING AND CLEANING:
A. Cleaninq and Disinfection of Water Distribution System:
All water mains must be cleaned, disinfected and the water passing through them must
show by laboratory tests safe results before the system can be placed in service.
Disinfection of all water lines shall be in accordance with AWWA C651. Approved
methods for the accomplishment of these are as follows:
Clean the interior of. all pipe by brushing, swabbing or washing out all debris before
laying. Stop up all branches and other openings with wooden plugs or heads until either
capped or connected.
Install sufficient number of hydrants to give representative sampling on the newly installed
lines. The hydrants should be at least 18 inches higher than main and must discharge
toward the ground.
Flush the new pipe lines until the water runs clear at the end of all mains and laterals.
This should be done after the pressure test and before disinfection. Each valved section
of the newly laid pipe should be flushed separately with potable water.
Disinfect the pipe lines with chlorine. The preferable point of application of the
chlorinating agent is at the beginning of the pipe line extension, or any valved section of it,
and through a corporation cock inserted in the horizontal axis of the newly laid pipe.
Water from the. existing distribution system should be controlled to flow very slowly into
the newly laid pipe during the application of the chlorine. Partially open all hydrants or
valves on the newly laid line under treatment to prevent the building up of water
WATER DISTRIBUTION SYSTEM
02666-13
Butler Creek Interceptor Upgrade
S&P Project No. G 124-01-02
AUD Project No. 60105
-
.
pressure. Continue treatment until the water flowing from the hydrants at the far end of
the main contains sufficient residual chlorine to develop a deep red color (50 parts per
million) when orthotolidine reagent is added to a sample of water. Stop the flow of water
and chlorine by closing all openings.
-
-
Allow the treated water to remain in the pipe line for at least 24 hours at which time it
must have a minimum residual of 25 PPM. Then the main must be thoroughly flushed
until all the heavily chlorinated water has been removed. Test water samples with
orthotolidine reagent to make sure all chlorine has been flushed out or until the con-
centration of chlorine in the newly laid lines is no higher than that of a sample taken on
the supply line.
I
.
Chlorine products for disinfecting water pipes are available in several forms as follows:
-
!II
1. liquid chlorine is available in 100 and 150 pound steel cylinders.
-
2. High test calcium hypochlorite is a powder and is available in 4 pound tins and 100
pound drums. The chlorine content is approximately 65 percent (comparable to
commercial products known as "Perchloron", "H.T.H.", "Maxochlor", etc.).
3. Chlorinated lime is a powder and is available in 12 ounce cans and 110 pound
drums. The chlorine content varies from 24 percent to 33 percent. Chlorinated lime is
also known as chloride of lime and as bleaching powder.
liquid chlorine may be applied to water mains by means of a solution feed chlorinating
device or the gas may be fed directly from the cylinder provided it is equipped with proper
devices for regulating the rate of flow and the effective diffusion of gas within the pipe.
The former method is preferable to the direct feed method.
High test calcium hypochlorite or chlorinated lime must be prepared as a water mixture
for introduction into the water mains. Either powder should first be made into a paste and
then thinned to about one percent chlorine solution.
This requires the following proportions of powder to water:
Product Pounds of Powder Gallons of Water
High Test Calcium Hypochlorite 65% 1 7.50
Calcium Hypochlorite 15% 1 1.50
Chlorinated Lime 24% 1 2.50
'.
Chlorinated Lime 1 3.50
Prepare a one percent chlorine solution in a wooden or plastic barrel and permit solids to
settle. Apply the clear supernatant solution to the main through a rubber hose either by
gravity, siphonage, injection, or by pumping.
WATER DISTRIBUTION SYSTEM
02666-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
The application of small amounts of dry hypochlorite or chlorinated lime to each length of
pipe as it is laid will not be permitted.
After the new lines have been properly cleaned, sterilized, and flushed the Contractor
shall take two or more successive sets of samples at 24 hour intervals and be tested by a
State approved private lab. The results shall indicate bacteriologically satisfactory water.
Copies of the lab tests shall be submitted to the Engineer. The Engineer shall be notified
24-hours before samples are taken so he can observe the sampling.
The Engineer will arrange for the regulatory agency inspection. Lines will not be placed
in operation until agency approval and Engineer directs Contractor to do so.
B. Disinfection of Water Mains:
Flush and disinfect in accordance with AWWA C601 "Standard for Disinfecting Water
Mains".
3.09 CONNECTION TO EXISTING WATER SYSTEM:
Furnish necessary materials and perform all excavation, dewatering, shoring, backfilling, etc.,
necessary to make the connection of a new main to the existing water main. No connection
(temporary or permanent) shall be made to the existing water system except in strict
accordance with the City of Augusta connection policies as stated below. The Contractor
shall notify the Engineer and OWNER, a minimum of 48 hours in advance of construction.
The Contractor shall be responsible for coordinating his construction with the OWNER and
local utilities.
Any physical connection of untested water mains with existing City of Augusta water mains is
prohibited except when approved backflow prevention devices have been installed and
inspected by City personnel.
A. Any new water main to be tested must be capped and restrained with retaining glands or
thrust blocks to prevent blowout or leakage during the pressure testing.
B. Water for filling and flushing the new water main will be obtained from any accessible fire
hydrant or special wet tap of the existing City main. This physical connection for
obtaining water for the new untested main must be protected by a single check valve.
Appropriate taps of sufficient size must be made at the end of the new system to allow air
to escape during the filling sequence.
C. This physical tie-in with the existing City System must be physically disconnected after
sufficient water for hydrostatic testing and disinfection has been obtained.
D. Once the new water system has demonstrated adequate hydrostatic testing and has
been chlorinated as per City of Augusta specifications, the new system must be flushed
using the filling method in Step Two (2). The system or main will then be subjected to
bacteriological testing.
E. The permanent connection to the new system must be made with clean materials. The
connection may be made with either solid or split cast iron or ductile iron sleeves. Any
WATER DISTRIBUTION SYSTEM
02666-15
-
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
connection with stainless steel or similar metal full circle clamps is prohibited. Once the
connection has been made the new system must be flushed using water from the existing
system to insure adequate flow and velocity into the new water system.
.
.
.
.
F. If a wet tap is required, the Contractor will be responsible for preparing the site. This
preparation includes the excavation and installation of the tapping sleeve. The Contractor
will make available a lifting device for the tapping machine and at least a 100 CFM Air
Compressor to power the tapping machine.
I
The City will provide the tapping machine and one man to operate the unit.
I
All taps will be made by the Augusta Utilities Department unless authority has been granted
in writing by the Assistant Director of Water for a private firm to perform the wet tap for a
particular new main.
.
If there are any questions regarding this procedure please contact the Assistant Director of
Water at the Augusta Utilities Department.
.-
iii
.
3.10 MEASUREMENT AND PAYMENT:
-
-
Payment will be made for water lines and appurtenances as described in Section 01150.
END OF SECTION 02666
WATER DISTRIBUTION SYSTEM
02666-16
I
I
m
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
SECTION 02705 - PROTECTIVE COATING FOR SANITARY SEWER STRUCTURES
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
1.02 DESCRIPTION OF WORK:
Extent of protective coating work is indicated on drawings and schedules, and by
requirements of this section. This specification shall cover all work, materials, labor and
equipment to restore structural integrity, provide corrosion resistance to concrete and other
masonry structures subjected to severely corrosive environment; and stop inflow, infiltration
in trunk line manholes.
1.03 QUALITY ASSURANCE:
A. REFERENCES:
This section contains references to the following documents. They are a part of this
section as specified and modified. In case of conflict between the requirements of this
section and those of the listed documents, the requirements of this section shall
prevail.
Reference
ASTM C78-94
ASTM C109-95
ASTM C157-93
ASTM C307 -94
ASTM C478-95
ASTM C580-93
ASTM C882-91
ASTM C952-91
Title
Test Method for Flexural Strength of Concrete
Test Method for Compressive Strength of Hydraulic Mortars
Test Method For Length Change Of Hardened Hydraulic Cement
Mortar And Concrete
Test Method For Tensile Strength Of Chemical Resistant Mortar,
Grouts And Monolithic Surfacings
Precast Reinforced Concrete Manhole Sections
Test Method For Flexural Strength And Modulus Of Elasticity Of
Chemical Resistant Mortars, Grouts, Monolithic Surfacings And
Polymer Concretes
Test Method For Bond Strength Of Epoxy-Resin Systems Used
With Concrete By Slant Shear
Test Method For Bond Strength Of Mortar To Masonry Units
PROTECTIVE COATING FOR SANITARY SEWER STRUCTURES
02705-1
Butler Creek Interceptor Upgrade
S&P Project No. 8124-01-02
AUD Project No. 60105
..
I
....
1.04 SUBMITTALS:
-
I
A. Affidavit of Compliance:
!!
Submit manufacturer's affidavit that all materials delivered comply with this specification
and the cited standard specifications.
-
.
Qiiiii'
B. Shop Drawings:
Submit product data for protective coating system, in accordance with the requirements
of Section 01800.
-
I
PART 2 - PRODUCTS
i
-
2.01 IDENTIFICATION:
A. Liner Material
The lining for masonry structures shall be a 100% solids epoxy coating, a fiber-filled spray
applied material or a fiber-reinforced calcium aluminate cement lining to protect brick and
concrete structures from hydrogen sulfide and acid generated by microbiological sources
presented in the municipal wastewater environment. The coating material shall be
applied to a minimum of 40 dry mils and shall meet the following minimum requirements
at 28 days:
Color
ASTM C-l09 9,000 psi
or
ASTM C-579 4,600 psi
ASTM C-307 2,000 psi
or
ASTM C-496 800 psi
ASTM C-580 4,600 psi
or
ASTM C-78 850 psi
or
ASTM C-293 1,200 psi
ASTM C-882 1,600 psi
or
ASTM C-952 232 psi
or
ASTM C-478 Concrete Failed
Light
Compressive Strength
Tensile Strength
Flexural Strength
Bond Strength to Concrete
PROTECTIVE COATING FOR SANITARY SEWER STRUCTURES
02705-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
B. Structural Repair Materials
The patching material shall be Portland cement based hydraulic cement, a self-
bonding fiber reinforced calcium aluminate cement or a quick setting
cementitious material to restore the structural integrity of existing masonry and
concrete structures. The patching material shall have the following minimum
properties:
Compressive Strength
ASTM C-109
1 Day _______....._____........_.1 ,400 psi
28 Days______________...__.__..5,500 psi
Density
105 PCF
Shrinkage (at 90%)
ASTM C-596.._____u__..___0.08% - 0.0%
or
A TSM C-157m._....______ +.05
C. Infiltration Control Materials
The infiltration material shall be a rapid setting cementitious or a premixed Portland
cement based hydraulic cement. The repairing cement shall be nonshrinking,
nonmetallic and noncorrosive and shall be used to stop leaks and active water
infiltration.
PART 3 - EXECUTION
3.01 AREA PREPARATION:
The structural surfaces to receive protective coating must be free of laitance, dust, loose
particles, oils, grease, chemical contaminants and previously applied paints or protective
coating. Contaminated surfaces must be chemically cleaned or scarified to remOVe the
contaminants prior to abrasive blasting or hydroblasting.
Properly finished concrete surfaces must have a uniform texture and exposing fine
aggregate. If surface texture does not appear uniform, repeat abrasive blasting or
hydroblasting until the desired surface is obtained. -
All holes, rough surfaces, and voids should be filled and repaired by appropriated structural
repair materials to obtain a uniform surface.
Abrasive or hydroblast old concrete to achieve a hard firm surface, th.en wash the concrete
with detergent to remove all oil, grease and other contaminants. All active hydrostatic leaks
must be stopped by use of an appropriate water and infiltration control material.
All structural cracks, voids and defects_ presented in substrate must be. repaired with an
appropriate structural repair material prior to protective coating application.
PROTECTIVE COATING FOR SANITARY SEWER STRUCTURES
02705-3
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
-
-
3.02 WARRANTY:
-
-
All materials and workmanship shall be warranted to the OWNER for a period of five (5)
years.
-
-
3.03 TESTING:
-
-
After the appropriate coating has sufficiently cured, the contractor shall use recommended
methods as specified by the coating manufacturer to test the final product. The test shall be
supervised by the coating manufacturer and witnessed by the OWNER to insure a pinhole-
free lining with the specified thickness. The contractor at no additional cost to the OWNER,
shall perform all the testing.
-
.
-
-
3.04 MEASUREMENT AND PAYMENT:
The work specified in this Section will not be measured for direct payment except those items
specifically stated in this Section and for which bid prices are requested in the Bid Proposal.
END OF SECTION 02705
PROTECTIVE COATING FOR SANITARY SEWER STRUCTURES
02705-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G 124-01-02
AUD Project No. 60105
SECTION 02720 - STORM SEWAGE SYSTEMS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
1.02 DESCRIPTION OF WORK:
A. Extent of storm sewaqe systems work is indicated on drawings and schedules, and by
requirements of this section.
B. Refer to Division-2 section "Excavation, Trenching and Backfill For Utility Systems" for
excavation and backfill required for storm sewage systems; not work of this section.
C. Refer to Division-3 sections for concrete work required for storm sewage systems; not
. work of this section.
1.03 QUALITY ASSURANCE:
A. Manufacturer's Qualifications:
Firms regularly engaged in manufacture Gf storm sewage system's products of types,
materials, and sizes required, whose products have been in satisfactory use in similar
seNice for not less than 5 years.
B. Installer's Qualifications:
Firm with at least 3 years of successful installation experience on projects with storm
sewage work similar to that required for project.
C. Codes and Standards:
All storm drainage-related work including, but not limited to, removal and replacement
of storm sewer pipe, removal and replacement of existing curb & gutter or headwall,
and regrading of an existing drainage ditch, shall be performed in accordance with City
of Augusta Public Works Department standards and specifications. Contractor is
responsible for coordinating approval by Augusta Public Works Department.
D. Plumbinq Code Compliance:
Comply with applicable portions of the State and National Standard Plumbing Code
pertaining to selection and installation of storm sewage system's materials and products.
E. Environmental Compliance:
Complywith applicable portions of Georgia Environmental Protection Division regulations
pertaining to storm sewage systems.
STORM SEWAGE SYSTEMS
02720-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
-
1.04 SUBMITTALS:
A. Product Data:
-
Iii
.
Submit manufacturer's technical product data and installation instructions for storm
sewage system materials and products.
-
:
B. Shop Drawinqs:
Submit shop drawings for storm sewage systems, showing piping materials, size,
locations, and inverts. Include details of underground structures, connections, and
manholes. Show interface and spatial relationship between piping and proximate
structures.
-
.
-
;;;
C. Record Drawings:
At project closeout, submit record drawings of installed storm sewage piping and
products, in accordance with requirements of Division 1.
D. Maintenance Data:
Submit maintenance data and parts lists for storm sewage system materials and
products. Include this data, product data, shop drawings, and record drawings in
maintenance manual; in accordance with requirements of Division 1.
PART 2 - PRODUCTS
2.01 PIPES AND PIPE FITTINGS:
A. General:
Provide pipes of one of the following materials, of weight/class indicated. Provide pipe
fittings and accessories of same material and weight/class as pipes, with joining method
as indicated.
B. Ductile Iron Pipe:
ANSI/AWWA C151/A21.51, Latest Revision, Class 50 minimum with ANSI/AWWA
C111 /A21.11, latest revision push-on type joints.
1. Fittinqs: ANSI/AWWA C111/A21.51, Latest Revision, Mechanical-Joint Type.
C. Reinforced Concrete Pipe:
Pipe greater than 12" shall be ASTM C 76, Class III.
1. Fittinqs: Reinforced concrete, same strength as adjoining pipe, tongue-and-groove
gasketed joints complying with ASTM C 443.
D. Concrete Pipe:
STORM SEWAGE SYSTEMS
02720-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. 8124-01-02
AUD Project No. 60105
Pipe smaller than 12" shall be ASTM C 14, Class 2 non-reinforced concrete pipe.
1. Fittinqs: Concrete, same strength as adjoining pipe, tongue-and-groove gasketed
joints complying with ASTM C 443.
E. Acrvlonitrile~Butadiene-Styrene (ABS) Sewer Pipe
ASTM D 2751, SDR 35 for 3",4", and 6"; and SDR 42 for 8", 10" and 12".
1. Fittings: ABS, ASTM D 2751, solvent cement joints complying with ASTM D 2235 or
e\astomeric joints complying with ASTM D 3212 using gaskets complying with ASTM F
477.
F. Polwinvl Chloride (PVC) Sewer Pipe:
ASTM D 3033, Type PSP, SDR 35; or ASTM D 3034, Type PSM, SDR 35.
r
\
1. Fittinqs: PVC, ASTM D 3033 or D 3034, solvent cement joints complying with ASTM
D 2855 using solvent cement complying with ASTM D 2564; or elastomeric joints
complying with ASTM D 3212 using elastomeric seals complying with ASTM F 477.
G. Polyvinyl Chloride (PVC) Sewer Pipe:
ASTM F 679, wall thicknessT-1.
1. Fittinqs:. PVC, ASTM F 679, elastomeric joints complying with ASTM D 3212 using
elastomeric seals complying with ASTM F 477.
H. Corruqated Steel Pipe and Pipe Arch:
Corrugated steel pipe shall be helically fabricated utilizing welded seam construction.
Pipe will have 2 annular corrugations rerolled into each end of each piece of pipe.
2.02 COATINGS:
A. Bituminous Coated:
Pipe shall be fully bituminous coated, double dipped in strict accordance with MSHTO
M190. The base metal shall conform to the requirements as outlined in ASTM A444 for
chemistry, weight of galvanizing and permissible variations in dimensions.
B. Joints:
Joints shall be made utilizing standard corrugated bands or proprietary ba.nded joint
employing rolled-in annular corrugations to accommodate the annular corrugations on the
pipe ends and provide for O-ring gaskets. ' The banded joint shall be approximately 10
inches wide and equipped with bar and strap connectors with two 1/2 inch diameter band
bolts. The joint shall be self centering. Dimple bands will not be permitted.
STORM SEWAGE SYSTEMS
02720-3
Butler Creek Interceptor Upgrade
S&P Project No. 8124-01-02
AUD Project No. 60105
-
C. Corruqated Aluminum Pipe and Pipe Arch:
Shall be Helical and conform to MSHTO M196 with the following thicknesses:
Circular Pipe
Pipe Diameter Thickness Corrugation Gauge
15" .060" 2-2/3 x 1/2 16
18" to 24" .075" 2-2/3 x 1/2 14
30" to 36" .105" 2-2/3 x 1/2 12
30" to 36" .075" 3x1 14
42" to 54" .135" 2-2/3 x 1/2 10
42" to 54" .075" 3x1 14
48" to 72" .105" 3x1 12
Pipe Arch
Span-Rise Thickness Corrugation Gauge
17"x13 .075" 2-2/3 x 1/2 14
21 "x15" to 24"x18" .105" 2-2/3 x 1/2 12
28"x20" .135" 2-2/3 x 12 10
35"x24" .135" 2-2/3 x 1/2 10
42"x29" to 49"x33" .164" 2-2/3 x 1/2 8
57"x38" to 71" to 47" .164" 2-2/3 x 1/2 8
57"x38" to 71" to 47" .105" 3x1 12
71 "x47' to 77" x 52" .105" 3x1 12
81 "x58" .135" 3x1 10
D. Joints:
Joints shall be made utilizing one piece connecting bands with at least 6 inches of rubber,
neoprene or mastic gaskets. The connecting bands shall be 0.060 inch thick and
fastened with at least 4 bolts. Width of bands shall conform to the following schedule:
Circular Pipe
Pipe Diameter Band Width
1 5" to 18" 12"
24" 12"
30" to 36" 15"
42" to 60" 18"
(Pipe Arch Next Page)
STORM SEWAGE SYSTEMS.
02720-4
I
i
I
I
I
I
.
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Pipe Arch
Span rise Band Width
17"x13" 12"
21 "x15" to 24"x18" 12"
28" to 20" 12"
35"x24" 15"
42"x29" to 49" to 33" 15"
57"x38" to 71 "x47" 18"
2.03 STORM SEWER MANHOLES:
A. General:
Provide precast reinforced concrete storm sewer manholes as indicated, complying with
ASTM C 478.
B. Top:
Precast concrete, of concentric cone, eccentric cone, or flat slab top type, as indicated.
C. Base:
Precast concrete, with base riser section and separate base plab, or base riser section
with integral floor, as indicated.
D. Steps:
Ductile-iron or aluminum, integrally cast into manhole sidewalls.
E. Frame and Cover:
Cast or Ductile-iron, 26" diameter cover, heavy-duty, indented top design complying with
F.S. RR-F-621 and ASTM A220 with lettering cast into top reading "STORM SEWER".
F. Pipe Connectors:
Resilient, complying with ASTM C 923.
2.04 CATCH BASINS:
A. General:
Provide precast reinforced concrete catch basins as indicated.
B. Basin:
Precast reinforced concrete, 48" diameter, flat slab top, base riser section with integral
floor or as detailed on the drawings.
STORM SEWAGE SYSTEMS
02720-5
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
C. Steps:
Ductile-iron or aluminum, integrally cast into catch basin sidewalls.
D. Frame and Grate:
Cast or Ductile-iron, 26" diameter flat grate, heavy-duty complying with F.S. RR-F-621
and ASTM A220.
E. Pipe Connectors:
Resilient, complying with ASTM C 923.
2.05 Riprap:
The stone used for stone slope protection shall be sound, rough, dense and resistant to the
action of air and water and satisfactory to the Engineer. The stone shall have a density of not
less than 150 pounds per cubic foot. Neither the breadth nor the thickness of any piece of
stone shall be less than one-third of its length. The stone will be subject to inspection on
delivery and if found to be improper gradation or quality, it will be rejected. The stone shall
consist of quarry run sizes, graded as specified below:
Stone Slope Protection
Size of Stone Percent of Total Weight
Smaller than the Given Size
Class 1
100 Ibs. 100
601bs. SO
251bs. 50
2 Ibs. Not to Exceed 10
PART 3 - EXECUTION
3.01 INSTALLATION OF IDENTIFICATION:
A. General:
During back-filling/top-soiling of storm sewage systems, install continuous
underground-type plastic line marker, located directly over buried line at 6" to S" below
finished grade.
3.02 INSTALLATION OF PIPE AND PIPE FITTINGS:
A. General:
STORM SEWAGE SYSTEMS
02720-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
All storm drainage-related work including, but not limited to, removal and replacement
of storm sewer pipe, removal and replacement of existing curb & gutter or headwall,
and regrading of an existing drainage ditch, shall be performed in accordance with City
of Augusta Public Works Department standards and specifications. Contractor is
responsible for coordinating approval by Augusta Public Works Department.
Install piping in accordance with governing authorities having jurisdiction, except where
more stringent requirements are indicated.
Inspect piping before installation to detect apparent defects. Mark defective materials
with white paint and promptly remove from site.
Lay piping beginning at low point of system, true to grades and alignment indicated, with
unbroken continuity of invert.
Place bell ends or groove ends of piping facing upstream.
Install gaskets in accordance with manufacturer's recommendations for use of lubricants,
cements, and other special installation requirements.
B. Ductile Iron Pipe:
Install in accordance with applicable provisions of DIPRA "Handbook of Ductile Iron Pipe.
C. Concrete Pipe:
Install in accordance with applicable provisions of ACpA "Concrete Pipe Installation
Manual".
D. Plastic Pipe:
Install in accordance with manufacturer's installation recommendations, and in
accordance with ASTM D 2321.
E. Corruqated Pipe:
Install in accordance with the manufacturer's installing recommendations and in
accordance with the "Handbook of Steel, Drainage and Highway Construction Products",
published by the American Iron & Steel Institute.
F. Cleaning Piping:
Clear interior of piping of dirt and other superfluous material as work progresses.
Maintain swab or drag in line and pull past each joint as it is completed.
In large, accessible piping, brushes and brooms may be used for cleaning.
Place plugs in ends of incompleted conduit at end of day or whenev.er work stops.
Flush lines between manholes if required to remove collected debris.
STORM SEWAGE SYSTEMS
02720-7
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
G. Joint Adapters:
Make joints between different types of pipe with standard manufactured adapters and
fittings intended for that purpose.
H. Interior Inspection:
Inspect piping to determine whether line displacement or other damage has occurred.
Make inspections after lines between manholes, or manhole locations, have been
installed and approximately 2' of backfill is in place, and again at completion of project.
If inspection indicates poor alignment, debris, displaced pipe, infiltration or other defects,
correct such defects, and re-inspect.
3.03 PRECAST CONCRETE MANHOLES:
A. General:
Place precast concrete sections as indicated. Where manholes occur in pavements, set
tops of frames and covers flush with finish surface. Elsewhere, set tops 3" above finish
surface, unless otherwise indicated.
B. Installation:
Install in accordance with ASTM C 891.
C. Rubber Joint Gasket:
Provide rubber joint gasket complying with ASTM C 443 at joints of sections.
3.04 CATCH BASINS:
A. General:
Construct catch basins to sizes and shapes indicated.
B. Frames and Grates:
Set frames and grates to elevations indicated.
3.05 OUTFALLS:
A. General:
Construct of concrete which will attain 28-day compressive strength of not less than
3000 psi.
3.06 CONNECTION TO EXISTING STRUCTURES:
STORM SEWAGE SYSTEMS
02720-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
For branch connections from side into existing 24" or larger piping, or to underground
structures, cut opening into unit sufficiently large to allow 3" of concrete to be packed around
entering connection. Cut ends of connection passing through pipe or structure wall to
conform to shape of and be flush with inside wall, unless otherwise indicated. On outside of
pipe or structure wall, encase entering connection in 6" of concrete for minimum length of 12"
to provide additional support or collar from connection to undisturbed ground.
Provide concrete which will attain minimum 28-day compressive strength of 3000 psi, unless
otherwise indicated.
Use epoxy bonding compound as interface between new and existing concrete and piping
materials.
Take care while making connections to prevent concrete or debris from entering existing
piping or structure. Remove debris, concrete, or other extraneous material which may
accumulate.
3.07 PLACEMENT OR RIPRAP:
A. Stone Riprap:
The slope protection shall be placed in such a manner as to produce a reasonable
well-graded mass of material with the minimum practicable percentage of voids, and shall
be constructed within the limits and to the lines, grades, and sections shown on the
Plans. A tolerance of plus 6 inches or minus 3 inches from the limits shown on the Plans
will be allowed in the finished surface on the slope protection except that the extreme of
this tolerance shall not be continuous over an area greater .than 100 square feet.
Materials shall be placed in horizontal layers starting on the riverward edge of the section
and worked up the slope. Dumping down the slope will not be permitted. Materials shall
not be dropped form a height greater than 3 feet. Any damage to the slope due to the
fault of the Contractor shall be repaired at no expense to the OWNER.
3.08 BACKFILLING:
A. General:
Conduct backfill operations of open-cut trenches closely following laying, jointing, and
bedding of pipe, and after initial inspection and testing are completed.
END OF SECTION 02720
STORM SEWAGE SYSTEMS
02720-9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G 124-01-02
AUD Project No. 60105
SECTION 02730 - SANITARY SEWERS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
1.02 DESCRIPTION OFWORK:
A. General:
Extent of sanitarv sewer work is indicated on drawings and schedules, and by
requirements of this section. .
Refer to Division-2 Section 02221 : II Excavation , Trenching and Backfilling for Utility
Systems" for excavation and backfill required for sanitary sewers; not work of this
section.
Refer to Division-3 sections for concrete work required for sanitary sewers; not
work of this section.
1.03 QUALITY ASSURANCE:
A. Manufacturer's Qualifications:
Firms regularly engaged in manufacture of sanitary sewer system's products of
types, materials, and sizes required,. whose products have been in satisfactory
use in similar service for not less than 5 years.
B. Installers Qualifications:
Firm with at least 3 years of successful installation experience on projects with
sanitary sewage work similar to that required for project.
1.04 SUBMITTALS:
A. Product Data:
Submit manufacturer's technical product data and installation instructions for
sewage system materials and products.
B. Certification:
Each length of pip:e shall be marked with the following information: Manufacturer,
Size, PVC Cell Classification, Type PSM, SDR, PVC Gravity Sewer Pipe, ASTM
03033, 03034, F679 or F789 and Code Number.
SANITARY SEWERS, REV. 6/03, REV. 9/03
02730-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
-
-
-
Submit shop drawings for. sanitary sewage systems, showing piping materials,
size, locations, and inverts. Include details of underground structures,
connections, and c1eanouts. Show interiace and spatial relationship between
piping and proximate structures.
I
I
I
I
I
I
I
At the time of shipment, the manufacturer shall submit 3 copies of written
certification and test results to the Engineer that the pipe was manufactured and
tested in accordance with the specifications.
C. Shop Drawinqs:
D. Record Drawinqs:
At project closeout, submit record drawings of installed sanitary sewers and
appurtenances, in accordance with requirements of Division 1.
E. Maintenance Data:
Submit maintenance data and parts lists for sanitary sewage system materials
and products. Include this data, product data, shop drawings,. and record
drawings in maintenance manual; in accordance with requirements of Division 1.
-
PART 2 - PRODUCTS
-
....
-
2.01 IDENTIFICATION:
-
A. Underqround-Type Plastic Line Markers
Manufacturer's standard permanent, bright-colored, continuous-printed plastic
tape, intended for direct-burial service; not less than 6" wide x 4 mils thick.
Provide green tape with black printing reading "CAUTION SEWER LINE BURIED
BELOW".
1. Available Manufacturers: Subject to compliance with requirements,
manufacturers offering identification markers which may be incorporated in the
work include, but are not limited to, the following:
Allen Systems, Inc.
Emed Co., Inc.
Seton Name Plate Corp.
2.02 PIPES AND PIPE FITTINGS:
A. General:
Unless specified otherwise the type of pipe shall be Ductile Iron.
B. Ductile Iron Pipe:
SANITARY SEWERS, REV. 6/03, REV. 9/03
02730-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Ductile iron pipe shall be epoxy-lined and conform to ANSI 21.51 (latest
version) with thickness in accordance with ANSI 21.50 (latest version) for
laying condition Type 2, Class 350 for 12" and smaller pipe and Class 200
for 14" and larger pipe.
1. Joints: ANSI A.21.11 , push-on type unless otherwise shown.
2. Coatinqs arid Linings: All ductile iron pipe and fittings shall be bituminous
coated on the outside and lined with Protecto 401 Ceramic Epoxy or
Polybond Plus in the inside.
a. Coating on the outside shall be an asphaltic coating
approximately 1 mil thick. The finished coating shall be
continuous, smooth, neither brittle when cold or sticky when
exposed to the sun, and shall be strongly adherent to the pipe.
b. Protecto 401 Ceramic Epoxy interior lining shall conform to ASTM E-
96-66, ASTM B-117, ASTM 6-95, ASTM D-714-87.
The interior of the pipe shall receive 40 mils nominal dry film thickness of
Protecto .401. Lining application, inspection, certification, handling and
surface preparation of the area to receive coating shall be in accordance
with the Protecto 401 manufacturer specification and requirements.
3. Polyethylene Tube for encasement of ductile iron pipe shall conform to the
requirements of AWWA C105, Type I, Class C, Grade E-1, black, with a
minimum, thickness of 8 mils.
C. Polyvinvl Chloride (PVC) Sewer Pipe:
Polyvinyl chloride plastic shall be manufactured from virgin resin and
conform to ASTM 0-3034 (latest revision)for pipe sizes 15" and smaller,
and ASTM F-679 (latest version) for pipe sizes 18" and larger, with
minimum classification of SDR-35 solid wall. All pipe shall be suitable for
u.se as a gravity sewer conduit and shall be green in color. Provisions
must be made for contraction and expansion at each joint with a rubber
ring gasket.
1. Joints for PVC Pipe - Shall be integral wall bell and spigot with a rubber ring
gasket. The joints shall conform to ASTM D-3212 latest revision and. the
gaskets shall conform to ASTM F-477 latest revision.
2.03 SANITARY SEWER MANHOLES:
A. General: Provide precast reinforced concrete sanitary manholes as indicated,
and complying with ASTM C 478. Tongue and groove surfaces shall be smooth,
accurately formed, and provide a loose, sliding fit, with a clearance between the
bell and spigot of not more than 1/6 inch.
SANITARY SEWERS, REV. 6/03, REV. 9/03
02730-3
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
-
....
-
-
1. Joints - Shall be tongue and groove sealed with flexible gaskets or mastic
sealant. Gaskets shall be O-Ring or Type A or B "Tylox" conforming to
ASTM C-443 and mastic shall be "Ram-nek",. or equivalent, with primer.
The primer shall be applied to all contact surfaces of the manhole joint at the
factory in accordance with the manufacturer's instructions.
I
I
I
I
I
B. Precast - Shall be constructed in accordance with ASTM C-478 and conform to
the details on the project drawings.
2. Steps - Shall be non-corrosive aluminum alloy equivalent to Neenah R-
1982-W or polypropylene equivalent to M.A. Industries, Type PS-1 or PS-1-
PF. The steps shall be installed at the manhole factory and in accordance
with the recommendations of the step manufacturer. Manholes will not be
acceptable if steps are not installed accordingly, and property aligned
vertically.
.
-
3. Leaks - No leaks in the manhole will be acceptable. All repairs made from
inside the manhole shall be made with mortar composed of one part
Portland cement and two parts clean sand; the mixing liquid shall be straight
bonding agent equivalent to "Acryl 60".
C. Top:
Precast concrete, of concentric cone, eccentric cone, or flat slab top type, as.
indicated.
D. Base:
Precast concrete, with base riser section and separate base slab, or base riser
section with integral floor, as indicated.
E. Frame and Cover:
Ductile-iron, 26" diameter cover, heavy-duty, indented top design, with lettering at
least 2" high cast into top reading "SEWER", Neenah R-1642, Clow F-321 0 or
equal. .
F. Pipe Connectors:
Resilient, complying with ASTM C 923.
Kor-N-Seal 306 series or approved equal.
G. Coati nos and Lininqs :
All manholes shall be bituminous coated on the outside. Coating on the outside
shall be an asphaltic coating approximately 1 mil thick. The finished coating
shall be continuous, smooth, neither brittle when cold or sticky when exposed
to the sun, and shall be strongly adherent to the manhole.
SANITARY SEWERS, REV. 6/03, REV. 9/03
02730-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
At locations directed by the Augusta Utilities Department Project
Representative, manhole interiors shall be lined in accordance with
Section 02705-2.01A of these specifications.
PART 3 - EXECUTION
3.01 INSTALLATION OF IDENTiFICATION:
A. General:
During back-filling/top-soiling of sanitary sewage systems, install continuous
underground-type plastic line marker, located directly over buried line at 6" to 8"
below finished grade.
3.02 INSTALLATION OF PIPE AND FITTINGS_:
A. General:
Install piping in accordance with governing authorities having jurisdiction, except
where more stringent requirements are indicated.
B. Inspect Piping:
Inspect piping. before installation to detect apparent defects. Mark defective
materials with white paint and promptly remove from site.
C. Lav Pipe:
Lay piping beginning at low point of system, true to grades and alignment
. indicated, with unbroken continuity of invert.
D. Bell Ends:
Place bell ends or groove ends of piping facing upstream.
E. Gaskets:
Install gaskets in accordance with manufacturer's recommendations for use of
lubricants, cements, and other special installation requirements.
F. Ductile Iron Pipe:
Install in accordance with 1994 DIPRA, "Installation Guide to Ductile Iron Pipe".
G. . Plastic Pipe:
Install in accordance with manufacturer's installation recommendations, and in
accordance with ASTM 0 2321.
SANITARY SEWERS, REV. 6/03, REV. 9/03
02730-5
Butler Creek Interceptor Upgrade
S&P Project No. G 124-01-02
AUD Project No. 60105
-
-
H. Cleaninq Pipinq:
.
Clear interior of piping of dirt and other superfluous material as work progresses.
Maintain swab or drag in line and pull past each joint as it is completed.
-
iiiii
In large, accessible piping, brushes and brooms may be used for cleaning.
I
Place plugs in ends of uncompleted conduit at end of day or whenever work
stops.
.
.
-
Flush lines between manholes if required to remove collected debris.
I. Joint Adapters:
I
Make joints between different types of pipe with standard manufactured adapters
and fittings intended for that purpose.
-
-
J. Close Open Ends:
Of concrete or masonry utilities with not less than 8" thick brick masonry
bulkheads.
K. Close Open Ends of Pipinq:
With threaded metal caps, plastic plugs, or other acceptable methods for size and
type material being closed. Wood plugs are not acceptable.
L. Interior Inspection:
All sewer pipes, manholes and appurtenances shall be inspected by the Engineer
and the Contractor. Inspection shall include lamping each sewer segment from
manhole to manhole. If inspection indicates poor alignment, debris, displaced
pipe, infiltration, or other defects, correct such defects, and reinspect.
3.03 SANITARY MANHOLES:
A. General:
Place precast concrete sections as indicated. Where manholes. occur in
pavements, set tops of frames and covers flush with finish surface. Elsewhere,
set tops 3" above finish surface, unless otherwise indicated.
B. Installation:
Install in accordance with ASTM C 891.
C. Rubber Joint Gasket:
Provide rubber joint gasket complying with ASTM C 443 at joints of sections.
SANITARY SEWERS, REV. 6/03, REV. 9/03
02730-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
D. Stone Bedding:
Precast manholes shall be bedded on not less than 6 inches of compacted
crushed stone. The crushed stone shall extend not less than 6 inches outside the
walls of the manhole and under the entire length of pipe within the excavation for
the manhole.
E. Drop Manholes:
Drop manholes shall be built at the locations and in conformance with the details
shown where the difference in invert elevation between incoming pipe and
manhole invert is more that 2 feet. The drop pipe shall be the same size as the
influent sewer. Payment for drop manholes will be made at the unit prices for the
various depths stated in the Proposal, and shall include all necessary pipe, pipe
fittings, stone encasement of drop pipe, extension of manhole base slab and
compacted crushed stone under sewer spanning the manhole excavation.
3.04 CONCRETE ENCASEMENT OF PIPE:
Where called for on the Plans sewer pipe shall be completely encased with concrete.
The trench shall first be excavated not less than 6 inches below the bell of the pipe
and the pipe laid to the line and grade on concrete blocking. Concrete shall then be
placed to the full width of the trench, but in no case less than 6 inches from the pipe
bell on either sJde of the trench, and to a height of not less than 6 inches above- the
top of the pipe bell. No backfill material shall be placed in the trench for a period of at
least 24 hours after the concrete encasement has been placed. Payment for
concrete encasement will be according to the unit price bid in the Proposal and in
accordance with Section 01150.
3.05 FIELD QUALITY CONTROL:
A. Testinq and Cleaninq:
Before acceptance of the sewer lines, they shall be tested and cleaned. Where
obstruction is met, the Contractor shaljbe required to clean the sewers by means
of rods or swabs or other instruments. The pipe line shall be straight and show a
uniform grade between manholes.
The Contractor shall notify the Engineer when the sewer lines have been cleaned
and are ready for inspection. The Engineer in cooperation yvith the Contractor
and the OWNER Will agree upon a date when all parties will be present and make
the inspection and perform the tests specified hereinafter.
B. Test for Deflection:
When PVC. Sewer Pipe is used, the Contractor will be required to perform a
deflection test. The deflection may be checked by one of two techniques. One of
these is through the use of a specially designed deflectometer which when pulled
through a sewer section automatically measures and records at frequent inteNals
the pipe's vertical and horizontal diameters.
SANITARY SEWERS, REV. 6/03, REV. 9/03
02730-7
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
.
II
The other technique is to use a "go, no-go" mandrel which is sized to such
dimension that it will not "go" when encountering a deflection greater than S per-
cent. This type of mandrel, as well as a deflectometer, must be of such design as
to minimize the possibility of its being hung up in the pipe by silt or other residues.
I
I
I
I
If a deflection of 5 percent or greater is encountered, the Contractor shall repair
the pipe as necessary, wait 30 days, and retest that portion of the pipe repaired.
The cost of the deflection tests and any required repairs shall be included in the
appropriate bid item and no separate payment will be made for them.
C. Inspection Infiltration/Exfiltration Leakaoe Tests
Upon completion of a section of the sewer, the Contractor shall dewater it and
conduct a satisfactory test to measure the infiltration or exfiltration for at least
three consecutive days. The amount of infiltration .including "Y" branches, and
connections shall not exceed 1 00 gallons per inch diameter per mile of sewer
pipe per 24 hours for gravity sewer pipe. The amount of 50 gallons per inch
diameter per mile of sewer per 24 hours shall not be exceeded for ductile iron
pipe. The Contractor shall be responsible for the satisfactory watertightness of
the entire section of sewer.
.
.
As required, suitable .bulkheads shall be installed to permit the test of the
sewer. Where the ground water level is less than 1 foot above the top of. the
pipe at its upper end, or as directed by the Engineer, the sewer shall be
subjected to exfiltration testing by plugging the pipe at the lower end and then
filling the pipelines and manholes with clean water to a height 4 feet above the
top of the sewer at its upper end. The leakage out of the sewer, measured by
the volume of the water necessary to maintain meter level in the highest
manhole, shall not exceed 200 gallons per inch diameter per 24 hours per mile
of sewer for gravity sewer pipe. The amount of 50 gallons per inch diameter
per 24 hours per mile of sewer shall not be exceeded for ductile iron pipe.
The sewer shall be tested before any connections are made to buildings or to
active sewers.
The Contractor shall construct such weirs and bulkheads as may be required,
shall furnish all water, labor, test plugs, power, pumps, meters, and other
equipment necessary for the test to be properly made.
The Contractor may use a low pressure air test as an option to the hydraulic
infiltration/exfiltration leakage test for gravity lines provided the Contractor
established a correlation between the air test results and the quantity of
infiltration/exfiltration actually being experienced by the line and the allowable
air pressure drop shall be that corresponding to the allowable hydraulic leakage
specified previously in this section. Such a correlation is to be established
according to a procedure satisfactory to the Engineer. The low pressure air
test shall be performed in accordance with the applicable sections of the Uni-
Bell UNI-B-6-90, latest version.
SANITARY SEWERS, REV. 6/03, REV. 9/03
02730-S
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 601 Os.
D. Vacuum Testing Of Manholes
All manholes shall be free of visible leakage and shall successfully complete a
vacuum test prior to acceptance,
Plugging all inlets and outlets: Plug all inlets and outlets, excluding the manhole
top access, using pneumatic or mechanical plugs. Plugs shall be rated for the
pressure required in' the test. The Engineer or Authorized Engineers
representative shall be notified at least 48 hours before tests are conducted.
Testing Equipment and Procedure: Contractor is to furnish all necessary testing
equipment and perform tests ina manner satisfactory to the Engineer. Provide
an arrangement of testing equipment which will provide observable and
accurate measurements of air leakage under specified conditions. Gauges for
the vacuum testing shall be calibrated with a standardized testing gauge prior
to testing. The calibration shall either be witnessed by the Engineer or Certified
as being calibrated by licensed calibration technician.
After all of the plugs .are in place and securely blocked, install the manhole
tester on the ring of the manhole and attach the vacuum pump assembly
suction hose tq the manhqle tester. Start the vacuum pump and allow the pre-
set rpm to stabilize. Open the inlet/outlet valve and allow the vacuum pump to
evacuate the manhole to five pounds per square inch. (5 psigv) or (10 inches;
Hg). Close the inlet/outlet valve and monitor the vacuum for the test period
specified on the following table. The manhole will be considered acceptable if
the vacuum drops less than one half pound per square inch (0.5 psigv) or (1
inch Hg) within the given test time.
Time Time Time Time
DEPTH Seconds Seconds Seconds Seconds
FEET 48-inch 60-inch 72-inch 96-inch
diameter diameter diameter diameter
8 20 26 33 80
10 25 33 41 100
12 30 39 49 120
14 35 46 57 140
16 40 52 65 160
18 45 59 73 180
20 50 65 81 200
22 55 72 89 220
24 59 78 97 236
26 64 85 105 256
28 69 91 113 276
30 74 98 121 296
Time of Testing: The vacuum test shall be conducted after all the pipes and
manholes have been backfilled, all final grading is complete, and the base layer
of asphalt has been spread. .
SANITARY SEWERS, REV. 6/03, REV. 9/03
02730-9
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
-
.
.
Repairs: Repair or replace and retest, in a manner approved by the Engineer,
any manhole not meeting the vacuum test requirements, at no cost to the
OWNER.
.
.
Subsequent Failure: Infiltration of groundwater, following a successful vacuum
test as specified, should be considered good eviden~e that the originai test was
in error or that subsequent failure of the manhole has occurred. The Contractor
will correct such failures in a manner approved by the Engineer and at no cost
to the OWNER should this occur within the 1 - year warranty period.
I
I
E. T.V. Inspection
Prior to acceptance of any sanitary sewer line, all six-inch and larger lines shall
be inspected internally by television as outlined below at the Contractor's
expense.
-
I
-
=
-
Defects such as high and low spots, joint separations, offset joints, chipped
ends, cracked or damaged pipe, infiltration points and debris in lines shall be.
corrected by the contractor, at his. expense. For joint separations, low spots,
and chipped ends, the following maximum acceptable limits shalf apply.
-
Joint Separations - V2 inch
· Low Spots - % inch maximum depth for pipes less than or equal to 12
inches in diameter; 1 inch maximum depth for pipes greater than 12
inches in diameter.
Chipped Ends - V4 inch
1 . The complete job is ready for television inspection when the following
work has been completed:
a. All sewer pipelines are installed and backfilled
b. All structures are in place, all channeling is complete and pipelines
are accessible from structures
c. All other underground facilities, utility piping and conduits are
installed
d. Final street subgrade and/or trench backfill is complete and ready
for asphaltic concrete paving.
e. Pipelines to be inspected have been preliminary balled and
flushed or cleaned with a high pressure cleaner.
f. Final air test has been completed and approved.
2. When the above work is complete, the Contractor shall arrange for the
television inspection.
3. The Contractor shall notify the Augusta Utilities Department in writing 24
hours prior to the scheduled date of the television inspection.
4. After conditions "a" thru "f" as outlined in "1" above are met, the entire job
will be initially televised and videotaped. in the presence of the Augusta
SANITARY SEWERS, REV. 6/03, REV. 9/03
02730-10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
Utilities Department. Water shall be introduced into the pipeline as
approved by the Augusta Utilities Department. The tapes and reports
shall be delivered to the Augusta Utilities Department immediately after
completion of the television inspection.
5. Videotapes will be %-inch VHS format magnetic tape and the audio and
video portions will be free of electrical interference and excessive
background noise.
. 6. The audio report shall be recorded by the operating technician on the
videotapes as they are being produced and shall include the location 'of
the sewer, the names and numbers of the manholes involved, the
direction of travel and a description of all lateral locations and conditions
in the sewer line as they are encountered.
7. In addition to the audio report, a written report shall be required listing all
the information required in the audio report.
8. The Contractor will be notified in writing by the Augusta Utilities
Department of any deficiencies revealed by the television inspection that
will require repair. If corrective work is indicated and the Contractor
wishes to view videotapes, he shall contact the Resident Project
Representative to set a time for viewing with the Augusta Utilities
Department.
9. Corrective work shall be done by the Contractor at his expense.
10. Those portions of the pipeline system that have been corrected shall be
re-televised and videotaped at the Contractor's expense and the tapes
and reports delivered to the Resident Project Representative.
11. . The procedure outlines in conditions "1" thru "?" above will be repeated
until all deficiencies observed by television inspection have been
corrected to the complete satisfaction of the Resident Project
Representative.
12. All videotapes and reports shall become the property of the Augusta
Utilities Department.
F. Final Visual Inspection
A final visual inspection will be made by the Augusta Utilities Department to
ensure that there is no ground water intrusion into the sanitary sewer system. If
ground water intrusion is discovered by Augusta Utilities, corrective work shall
be performed by the Contractor at Contractor's expense.
G. Connection To Existinq Sanitary Sewer Systems
Temporary plugs, brick, mortar, or other approved devices shall be installed on
all sewer projects at points of connection to existing facilities. The plugs shall
SANITARY SEWERS, REV. 6/03, REV. 9/03
02730-11
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
remain in place until completion of the testing as covered in Sub-section 3.06 of
this specification. These plugs, intended to prevent water and/or debris from
entering the existing system, shall be installed and removed in the presence of
the Resident Project Representative. The system shall be cleaned prior to plug
removal.
-
3.06 MEASUREMENT AND PAYMENT:
.
.
Measurement and payment for items provided under this Section shall be in
accordance with Section 01150.
-
.
iiiiii
END OF SECTION 02730
-
-
-
SANITARY SEWERS, REV. 6/03, REV. 9/03
02730-12
I
I
I
I
I
I
I
I
I
I
-
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
~ AUD Project No. 60105
SECTION 03301 - CAST-IN-PLACE CONCRETE
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provIsions o'f the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section specifies cast-in-place concrete, including reinforcement, concrete
materials, mix design, placement procedures, and finishes.
B. Related Sections include the following:
1. Division 2 Section "Storm Sewerage Systems, " for removal and -replacement of
storm sewer pipe.
1.3 SUBMITTALS
A. General: In addition to the following, comply with submittal requirements in ACI 301.
B.. Product Data: For each type of manufactured material and product indicated.
C. Design Mixes: For each concrete mix.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed concrete work
similar in material, design, and extent to that indicated for this Project and whose work
has resulted in construction with a record of successful in-service performance.
B. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed
concrete products complying with ASTM C 94 requirements for production facilities
and equipment.
C. Source Limitations: . Obtain each type of cement of the same brand from the same
manufacturer's plant, each aggregate from one source, and each admixture from the
same manufacturer.
D. Comply with ACI 301, "Specification for Structural Concrete," including the following,
unless modified by the requirements of the Contract Documents:
1. General requirements, including submittals, quality assurance, acceptance of
structure, and protection of in-place .concrete.
2. Formwork and form accessories.
3. Steel reinforcement and supports.
4. Concrete mixtures. .
5. Handling, placing, and constructing concrete.
CAST-IN-PLACE CONCRETE
03301-1
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
6. Lightweight concrete.
!!!!!!!
PART 2 - PRODUCTS
-
-
2.1
A.
2.2
A.
B.
C.
D.
2.3
A.
B.
C.
D.
E.
FORMWORK
Furnish formwork and form accessories according to ACI 301.
-
-
STEEL REINFORCEMENT
iiii
Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed.
Plain-Steel Wire: ASTM A 82, as drawn.
-
Plain-Steel Welded Wire Fabric: ASTM A 185, fabricated from as-drawn steel wire into
flat sheets.
-
Deformed-Steel Welded Wire Fabric: ASTM A 497, flat sheet.
CONCRETE MATERIALS
Portland Cement: ASTM C 150, Type II.
Normal-Weight Aggregate: ASTM C 33, uniformly graded, not exceeding 1-1 j2-inch
nominal size.
Lightweight Aggregate: ASTM C 330.
Water: Potable and complying with ASTM C 94.
Synthetic Fiber: Fibrillated or monofilament polypropylene fibers engineered and
designed for use in concrete, complying with ASTM C 1116, Type III, 1 j2to 1-1/2
inches long.
2.4 ADMIXTURES
A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent
water-soluble chloride ions by mass of cement and to be compatible with other
admixtures. Do not use admixtures containing calcium chloride.
B. Air-Entraining Admixture: ASTM C 260.
C. Water-Reducing Admixture: ASTM C 494, Type A.
D. High-Range, Water-Reducing Admixture: ASTM C 494, Type F.
E. Water-Reducing and Accelerating Admixture: ASTM C 494, Type E.
F. Water-Reducing and Retarding Admixture: ASTM C 494, Type D.
CAST-IN-PLACE CONCRETE
03301-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
2.5 RELATED MATERIALS
A. Vapor Retarder: Multi-ply reinforced polyethylene sheet, ASTM E 1745, Class C, not
less than 7.8 mils thick; or polyethylene sheet, ASTM D 4397, not less than 10 mils
thick.
B. Fine-Graded Granular Material: Clean mixture of crushed stone, crushed gravel, and
manufactured or natural sand; ASTM D 448, Size 10, with 1 00 percent passing a NO.4
sieve and 10 to 30 percent passing a No.1 00 sieve; complying with deleterious
substance limits of ASTM C 33 for fine aggregates.
C. Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber, or ASTM D 1752,
cork or self-expanding cork.
2.6 CURING MATERIALS
A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for
application to fresh concrete.
B. Absorptive Cover: MSHTO M 182, Class 2, burlap cloth made from jute or kenaf,
weighing approximately 9 oz./sq. yd. dry.
C. Moisture-Retaining Cover:
polyethylene sheet.
ASTM C 171, polyethylene film or white burlap-
D. Water: Potable.
E. Clear, Solvent-Borne, Membrane-Forming Curing Compound: ASTM C 309, Type 1,
Class B.
F. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1,
Class B.
G. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound:
ASTM C 1315, Type 1, Class A.
H. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound:
ASTM C 1315, Type 1, Class A.
2.7 CONCRETE MIXES
A. Comply with ACI 301 requirements for concrete mixtures.
B. Prepare design mixes, proportioned according to ACI 301, for normal-weight concrete
determined by either laboratory trial mix or field test data bases, as follows:
1. Compressive Strength (28 Days): 4000 psi.
2. Compressive Strength (28 Days): 3500 psi
3. Compressive Strength (28 Days): 3000 psi
CAST-iN-PLACE CONCRETE
03301-3
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
4.
Slump: 4 inches
a.
Slump Limit for Concrete Containing High-Range Water-Reducing
Admixture: Not more than 8 inches after adding admixture to plant- or site-
verified, 2- to 3-inch slump.
C. Add air-entraining admixture at manufacturer's prescribed rate to result in concrete at
point of placement having an air content of 2.5 to 4.5 percent.
1. Air content of trowel-finished interior concrete floors shall not exceed 3.0
percent.
D. Lightweight Structural Concrete Mix: ASTM C 330, proportioned to produce concrete
with a minimum compressive strength of 3000 psi at 28 days and a calculated
equilibrium unit weight of 110 Ib/cu. ft plus or minus 3 Ib/cu. ft, as determined by
ASTM C 567. Concrete slump at point of placement shall be the minimum necessary
for efficient mixing, placing, and finishing.
1. Limit slump to 5 inches for troweled slabs and 4 inches for other slabs.
E. Synthetic Fiber: Uniformly disperse in concrete mix at manufacturer's recommended
rate, but not less than 1.0 Ib/cu. yd.
2.8 CONCRETE MIXING
A. Ready-Mixed Concrete: Comply with ASTM C 94 and ASTM C 1116.
1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery
time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F,
reduce mixing and delivery time to 60 minutes.
PART 3 - EXECUTION
3.1 FORMWORK
A. Design, construct, erect, shore, brace, and maintain formwork according to ACI 301.
3.2 VAPOR RETARDER
A. Install, protect, and repair vapor-retarder sheets according to ASTM E 1643; place
sheets in position with longest dimension parallel with direction of pour.
B. Lap joints 6 inches and seal with manufacturer's recommended tape.
1. Cover vapor retarder with fine-graded granular material, moisten, and compact
with mechanical equipment to elevation tolerances of plus 0 inch or minus 3/4
inch.
3.3 STEEL REINFORCEMENT
CAST-IN-PLACE CONCRETE
03301-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
A. Comply with CRSl's "Manual of Standard Practice" for fabricating, placing, and
supporting reinforcement.
1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder
before placing concrete.
3.4 JOINTS
A. General: Construct joints true to line with faces perpendicular to surface plane of
concrete.
B. Construction Joints: Locate and install so as not to impair strength or appearance of
concrete, at locations indicated or as approved by Engineer.
C. .Isolation Joints: Install joint-filler strips at junctions with slabs-on-grade and vertical
surfaces, such as column pedestals, foundation walls, grade beams, and other
locations, as indicated.
1. Extend joint fillers full width and depth of joint, terminating flush with finished
concrete surface, unless otherwise indicated.
D. Contraction (Control) Joints in Slabs-on-Grade: Form weakened-plane contraction
joints, sectioning concrete into areas as indicated. Construct contraction joints for a
depth equal to at least one-fourth of the concrete thickness, as follows:
1. Grooved Joints: Form contraction joints after initial floating by grooving and
finishing each edge of joint with groover tool to a radius of 118 inch. Repeat
grooving of contraction joints after applying surface finishes. Eliminate groover
marks on concrete surfaces.
2. Sawed Joints: Form contraction joints with power saws equipped with
shatterproof abrasive or diamond-rimmed blades. Cut 1 IS-inch wide joints into
concrete when cutting action will not tear, abrade, or otherwise damage surface
and before concrete develops random contraction cracks.
3.5 CONCRETE PLACEMENT
A. Comply with recommendations in ACI 304R for measuring, mixing, transporting, and
placing concrete. .
B. Do not add water to concrete during delivery, at Project site, or during placement.
C. . Consolidate concrete with mechanical vibrating equipment.
3.6 FINISHING FORMED SURFACES
A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with
tie holes and defective areas repaired and patched, and fins and other projections
exceeding 1/4 inch in height rubbed down or chipped off.
CAST-iN-PLACE CONCRETE
03301-5
-
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
-
1. Apply to concrete surfaces not exposed to public view.
-
-
-
B. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material,
arrang.ed in an orderly and symmetrical manner with a minimum of seams. Repair and
patch tie holes and defective areas. Completely remove fins and other projections.
..
-
1 .
Apply to concrete surfaces exposed to public view or to be covered with a
coating or covering material applied directly to concrete, such as waterproofing,
dampproofing, veneer plaster, or painting.
Apply Grout-cleaned rubbed finish, defined in ACI 301, to smooth-formed
finished concrete.
-
.
2.
iiii
-
-
C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed
surfaces adjacent to formed surfaces, strike off smooth and finish with a texture
matching adjacent formed surfaces. Continue final surface treatment of formed
surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated.
3.7 FINISHING UNFORMED SURFACES
A. General: Comply with ACI 302.1 R for screeding, restraightening, and finishing
operations for concrete surfaces. Do not wet concrete surfaces.
B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull
floats or darbies to form a uniform and open-textured surface plane before excess
moisture or bleedwater appears on the surface.
1. Do not further disturb surfaces before starting finishing operations.
C. Scratch Finish: Apply scratch finish to surfaces to receive concrete floor topping or
mortar setting beds for ceramic or quarry tile, portland cement terrazzo, and other
bonded cementitious floor finish, unless otherwise indicated.
D. Float Finish: Apply float finish to surfaces indicated, to surfaces to receive trowel
finish, and to floor and slab surfaces to be covered with fluid-applied or sheet
waterproofing, built-up or membrane roofing, or sand-bed terrazzo.
E. Trowel Finish: Apply a hard trowel finish to surfaces indicated and to floor and slab
surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or
quarry tile set over a cleavage membrane, paint, or another thin film-finish coating
system.
F. Trowel and Fine-Broom Finish: Apply a partial trowel finish, stopping after second
troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be
installed by either thickset or thin-set methods. Immediately after second troweling,
and when concrete is still plastic, slightly scarify surface with a fine broom.
G. Nonslip Broom Finish: Apply a nonslip broom finish to surfaces indicated and to
exterior concrete platforms, steps, and ramps. Immediately after float finishing, slightly
roughen trafficked surface by brooding with fiber-bristle broom perpendicular to main
traffic route.
CAST-IN-PLACE CONCRETE
03301-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
3.8 TOLERANCES
A. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and
Materials. II
3.9 CONCRETE PROTECTION AND CURING
A. General: Protect freshly placed concrete from premature drying and excessive cold or
hot temperatures. Comply with AC1306.1 for cold-weather protection, and follow
recommendations.in ACI 305R for hot-weather protection during curing.
B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or
windy conditions cause moisture loss approaching 0.2 Ib/sq. ft. x h before and during
finishing operations. Apply according to manufacturer's written instructions after
placing, screeding, and bull floating or darbying concrete, but before float finishing.
C. Begin curing after finishing concrete, but not before free water has disappeared from
concrete surface.
D. Curing Methods: Cure formed and unformed concrete for at least seven days by
moisture curing, moisture-retaining-cover curing, curing compound, or a combination
of these as follows:
1. Moisture Curing: Keep surfaces continuously moist for not less than seven days
with the following materials:
a. Water.
b. Continuous water-fog spray.
c. Absorptive cover, water saturated and kept continuously wet. Cover
concrete surfaces and edges with 12-inch lap over adjacent absorptive
covers.
2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-
retaining cover for curing concrete, placed in widest practicable width, with sides
and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive.
Immediately repair any holes or tears during curing period using cover material
and waterproof tape.
3. Curing Compound: Apply uniformly in continuous operation by power spray or
roller according to manufacturer's written instructions. Recoat areas subjected to
heavy. rainfall within three hours after initial application. Maintain continuity of
coating and repair damage during curing period.
3.10 FIELD QUALITY CONTROL
A. Testing Agency: Engage a qualified independent testing and inspecting agency to
sample materials, perform tests, and submit test reports during concrete placement
according to requirements specified in this Article. Perform tests according to AC1301.
CAST-iN-PLACE CONCRETE
03301-7
Butler Creek Interceptor Upgrade
S&P Project No. G124-01-02
AUD Project No. 60105
B. Testing Agency: Owner will engage a qualified independent testing and inspecting
agency to sample materials, perform tests, and submit test reports during concrete
placement. Tests will be performed according to ACI 301.
1. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd.
or fraction thereof of each concrete mix placed each day.
3.11 REPAIRS
A. Remove and replace concrete that does not comply with requirements in this Section.
END OF SECTION 03301
CAST-IN-PLACE CONCRETE
03301-S
.t
Bond No.
929 301 687
PERFORMANCE BOND
Conforms with The American Institute of Architects
A.I.A. document No. A-311
KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809
(Here insert full name and address or legal title of Contractor)
as Principal, hereinafter called Contractor, and, National Fire Insurance Company of Hartford, CNA Plaza, ChicaQo. Illinois
60685 (Here insert full name and address or legal title of Surety)
as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene
St./Municipal Building, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner)
as Obligee, hereinafter called Owner, in the amount of Five Million Nine Hundred Eighty Six Thousand Twelve and 11/100 - -
-- - - - -- -- -- - - -- - - -- -- -- - - - - - - -- - - -- -- -- -- - - - - - - - -- -- - - - - -- -- -. Dollars ($ 5,986,012.11 .).
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS,
Contractor has by written agreement dated
, entered into a contract
with Owner for Butler Creek Interceptor Upgrade, Augusta, Georgia
(Here insert full name, address and description of project)
in accordance with Drawings and Specifications prepared by Stevenson & Plamer Engineering, Inc.
(Here insert full name and address or legal title of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
S-1219/GEEF 10/99
CIS by 1:~ M.~. ~./A /vtA/7 ^-'
Page 1 of 2
GA resident
PERFORMANCE BOND
929 301 687
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said
Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect.
The Surety hereby waives notice of any alteration or
extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner to be
in default under the Contract, the Owner having performed
Owner's obligations thereunder, the Surety may promptly remedy
the default, or shall promptly
I) Complete the Contract in accordance with its terms and
conditions, or
2) Obtain a bid or bids for completing the Contract in accordance
with its terms and conditions, and upon detennination by Surety of
the lowest responsible bidder, or, if the Owner elects, upon
determination by the Owner and the Surety jointly of the lowest
responsible bidder, arrange for a contract between such bidder and
Owner, and make available as Work progresses (even though there
should be a default or a succession of defaults under the
Signed and sealed this
2/ rr.
day of
-:x:..~7
c-;::>~ S- -~~
(W itness) )
<~
(
~Jr ~L
(Witness) ~
(
S-1219/GEEF 10/99
Page 2 of 2
contract or contracts of completion arranged under this paragraph)
sufficient funds to pay the cost of completion less the balance of the
contract price; but not exceeding, including other costs and damages
for which the Surety may be liable hereunder, the amount set forth
in the first paragraph hereof. The term "balance of the contract
price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Contract and any
amendments thereto, less the amount properly paid by Owner to
Contractor.
Any suit under this bond must be instituted before the
expiration of two (2) years from the date on which final payment
under the Contract falls due.
No right of action shall accrue on this bond to or for the use of
any person or corporation other than the Owner named herein or the
heirs, executors, administrators or successors of the Owner.
,2oc>SL-:
Blair Construction, Inc., PO Box 770, Evan~,: -:-
Georgia 30809
--:~Seal)
(Principal)
,
l').A~~~
------;>~r/de -7+
(Title)
National Fire Insurance Company of Hartford
(Seal)
(Surety)
j
l>'"~ L~
Buck Leigh, Attor eY-In-Fact
(Tit/c)
LABOR AND MATERIAL PAYMENT BOND
Bond No. 929 301 687
Conforms with The American Institute of Architects
A.I.A. Document No. A-311
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., POBox 770, Evans, Georgia 30809
(Here insert full name and address or legal title of Contractor)
as Principal, hereinafter called Principal, and, National Fire Insurance Company of Hartford. CNA Plaza. ChicaQo. l1Iinois
60685 (Here insert full name and address or legal title of Surety)
as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene
St.! Municipal Buildling, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner)
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Five Million Nine
Hundred Eighty Six Thousand Twelve and 11/100 -- -- -- - -- -- -- -- -- -- -- -- -- Dollars ($ 5,986.012.11 .).
for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS,
Principal has by written agreement dated
, entered into a contract
with Owner for Butler Creek Interceptor Upgrade, Augusta, Georgia
(Here insert full name, address and description of project)
in accordance with Drawings and Specifications prepared by Stevenson & Palmer Engineering, Inc.
(Here insert full name and address or legal title of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
S-1220/GEEF 10/99
Page 1 of 2
LABOR AND MATERIAL PAYMENT BOND
929 301 687
NOW, THEREFORE, THE CONDITION OF TI-IlS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter
defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall
remain in full force and effect, subject, however, to the following conditions:
I. A claimant is defined as one having a direct contract with the
Principal or with a Subcontractor of the Principal for labor, material, or
both, used or reasonably required for use in the performance of the
Contract, labor and material being construed to include that part of water.
gas, power, light, heat, oil, gasoline, telephone service or rental of
equipment directly applicable to the Contract.
2. The above named Principal and Surety hereby jointly and
severally agree with the Owner that every claimant as herein defined, who
has not been paid in full before the expiration of a period of ninety (90)
days after the date on which the last of such claimant's work or labor was
done or performed, or materials were furnished by such claimant, may sue
on this bond for the use of such claimant, prosecute the suit to final
judgment for such sum or sums as may be justly duc claimant, and have
execution thereon. The Owner shall not be liable for the payment of any
costs or expenses of any such suit.
3. No suit or action shall be commenced hercunder by any claimant:
a) Unless claimant, other than one having a direct contract with the
Principal, shall have given written notice to any two of the following: the
Principal, the Owner, or the Surety above named, within nincty (90) days
after such claimant did or pcrformed the last of the work or labor, or
furnished the last of the materials for which said claim is made, stating
with substantial accuracy the amount claimed and the name of the party to
whom the materials
Signed and sealed this
21
~r
-
day of
-=C:"'--7
'-
~~
.
S.~~
(Witness)
~{.a ;<-L0r L
.. '-- C
(Witness)
S-1220/GEEF 10/99
Page 2 of 2
were furnished, or for whom the work or labor was done or performed.
Such notice shall be served by mailing the same by registered mail or
certified mail, postage prepaid, in an envelope addressed to the Principal,
Owner or Surety, at any place where an office is regularly maintained for
the transaction of business, or served in any manner in which legal process
may be served in the state in which the aforesaid project is located, save
that such service need not be made by a public officer.
b) After the expiration of one (I) year following the date on which Principal
ceased Work on said Contract, it being understood, however, that if any
limitation embodied in this bond is prohibited by any law controlling the
construction hereof such limitation shall be deemed to be amended so as to
be equal to the minimum period oflimitation permitted by such law.
c) Other than in a state court of competent jurisdiction in and for the county
or other political subdivision of the state in which the Project, or any part
thereof, is situated, or in the United States District Court for the district in
which the Project. or any part thereot: is situated, and not elsewhere.
4. The amount of this bond shall be reduced by and to the extent of
any payment or payments made in good faith hereunder, inclusive of the
payment by Surety of mechanics' liens which may be filed of record against
said improvement whether or not claim for the amount of such lien be
presented under and against this bond.
, 2oe>ct-.
/"
---
~
'~
- .-~-~
Blair Construction, Inc., POBox 77cf;c~"van~,-:-~'_
Georgia 30809
-
. (Seal)
(Principal)
L.L?~ ~~
C ;:?ec,de-"7-f-
National Fire Insurance Company of Hartford,
CNA Plaza, Chicago, Illinois
(Title)
(Seal)
( Surety)
~
t
3~ L(L~-<
Buck Leigh, Attar y~in-Fact
(Title)
...~>.~
NOTICE
In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this
disclosure notice for bonds and certain insurance policies on which one or more of the
Writing Companies identified below is the surety or insurer.
To principals on bonds and insureds on certain insurance policies written by anyone or
more of the following companies (collectively the "Writing Companies") as surety or
insurer: Western Surety Company, Universal Surety of America, Surety Bonding
Company of America, Continental Casualty Company, National Fire Insurance Company
of Hartford, American Casualty Company. of Reading, P A, The Firemen's Insurance
Company of Newark, NJ, and The Continental Insurance Company.
DISCLOSURE OF PREMIUM
The premium attributable to coverage for terrorist acts certified under the Act was Zero
Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM
LOSSES
The United States will pay ninety percent (90%) of covered terrorism losses exceeding the
applicable surety/i,nsurer deductible.
Form F7310.
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN-FACT
Know All Men By These Presents That CONTINENTAL CASUALTYi:
INSURANCE COMPANY OF HARTFORD a Crt . . . OMPANY, an Illinois corporation, NATIONAL FIRE
PENNSYLVANIA P ,. '. onnec ICU corporation, AMERICAN CASUALTY COMPANY OF READING
. ,a ennsy vania corporation (herein collectively called "the CCC S . t C ." . '
corp?ratlons having their principal offices in the City of Chicago and Stat f III" . ure y ompanles), ar~ duly organized and existing
. herem affixed hereby make, constitute and appoint ' e 0 mOls, and that they do by virtue of the signature and seals
James D. Thaxton, Theodore J. Marek, Buck Leigh, G. A. Weathersby, Individually
of Columbia, South Carolina
~hoe~~~,u~n~~~~ak~~~~~~~~~~~)~i~li~:~;\~s~~~~~~~ro~~~~~~~~~:~r~erebY conferred to sign, seal and execute for and on their behalf
- In Unlimited Amounts -
an~ t~1 ~~nd thtemfthe~ebY as fully and to the same extent as if such Instruments were signed by a duly authorized officer of their corporations
an a e ac s 0 said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed.
This Power of Attorn~y ~s made and executed pursuant to and by authority of the By-Law::! and Resolutions, printed on the reverse
hereof. duly adopted, as indicated, by the Boards of Directors of the corporations.
In Witness Whereof, the CCC Surely Companies have caused these presents to be signed by their Group Vice President and their
corporate seals to be hereto affixed on this 28th day of October ,1999.
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
7#;;;L7~;:G' PENNSYLVAN'A
Marvin J. Cashion
Group Vice President
Slate of Illinois, County of Cook, ss:
On this 28th day of October , 1999 . before mei":personaUy came
Marvin J. Cashion, to me known, who, being by me duly sworn. did depose and say: that he resides in the City of Chicago. State of Illinois: ..
that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,
and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he
knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed
pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority,
and acknowledges same to be the act and deed of said corporations.
:..........................: >> ~
. · OFFICIAL SEAL. ·
: DiANE FAULKNER :
: ......._ _.., WI.ol, : ~ ~
. My (:ommlaaIon ExplrM 8/17/0 1 :
:......0....................
My Commission Expires September 17, 2001
Diane Faulkner
Notary Public
CERTIFICATE
I, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF
HARTFORD and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein
above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the
reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the
said corporations this 2/ day of .-:J"_ ~ ,~ .
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
,6....10/1/97)
~a
Mary A Ribikawskis
Assistant Secretary
;uO!leJodJoo a1l1 uo 6u!pu!q pue P!le^ aq 01 anulJuo~ 'pall~e~e s! 1! lI~!lIM 01 6u!)je~apun JO puoq ,(ue ollOadsaJ 41!M
IIB4S 'palBaS pUB pa1nOaXa OS a1eoYllJao ,(q paYllJao pue paleaS pue pa\noaxa os JaMod liOnS ,(u'li .uO!leJoc1Jo:) aliI uo 5ulPulq pue P!le^
aq lIe45 leas pue ::lJmeu615 allwl~eJ 40ns 6upe3q a\eoYIl.la::l JO J3MOd .(ue pue 'JaMod Llons .(ue lO a\eo!J!~a::l ,(ue 0\ 3l!WlSOel ,(q paxwe
aq .<ew UOneJodJo:) eta JO ,ees eta pue ,{Jel9J:)9S IUelS!SSV ue JO Nel9JOas e 10 aJnleu6!$ eta pue tBB ~ . L ~ Nel1Jqe~ UO SlQpeJ!O
JO PleOS S!lI) Aq p9)dope uO!)nIOS9)1 811) 0) luens./nd p91UeJ6 A8woue 10 JCJMod Aue uo CJI!W!~el .(q PCJX!JlB aq .(ew Uo!\eJodJoo 911110
.,eas 311r pue lUap!saJd a::l!^ dnoJD JO JO!UaS ,(ue JO luaPlsaJd a::l!J\ a^!lnOax3 ue '\uap!saJd a4\10 aJn1eu6!s al.U 1ell~ :03^10S3C1.
'€6En 'AJel1Jqa::l JO ,{ep 1I1H a41 uo Plalfpue palle::l ,(Inp 6unaaw e le ,(uedwo:) a4110 SJop
JO pJe08 a41 ^q paid ope UO!lnIOSa~ 6U!MOIlOJ a41 jO ^,p041ne alll .(q pue Japun al!w!soej ,{q pale as pue paU5!5 5! ,(aWO\l'Ii jO JaMOd S14~
;pe::l.uI-,(aUJOll'li ,(ue 01 U.MI6 ,(lsnO!^CJJd A1POlllne pue JaMod lie a)!o^aJ aWIl ^ue le Aew SJ01=)aJ!O 10 pJe08 al.ll
JO luaplsaJd solA dnOJD JO JO!uaS ,(ue 'luap!SaJd a::l!^ 9^!lnoaX3 ue 'lUap!SaJd all1 '01aJa4l UoneJodJoo allllo leas alll 40eue 01 pUB
luawrulSU! 40ns ,(ue 10 UO!lnOaXa pue aJnleu6!s J!alll ,(q UO!lBJOdJOO alll pUlq 01 JaMod IInj a^Blj lIe4s ',(l!J04Ine 10 saleoy!\..Iso a^!1=)adsaJ
J!a4l U! 4\..101 las SUO!lBl!W!1 a41 01 lOafqns 'lOB;:j-U!-,(awoll'v' 40ns "aJnlBU a)!!1 jO sluawrulsul AJOIB6!1qo Ja410 pUB s6u!)!elJapun 'spuoq
'aouem5U! JO 5alO!lod JO UO!lnOaXa a41 ul UO!leJodJoo allllo Jle4aq ul pe 01 pe::l-UI-S^aWOU'li 'Sale::lY!\..Iso UaU!JM ,(q 'Iu!odde 'aw!) 0) awn
WOJj ',(ew UO!IBJOdJOO all) jO luapISaJd SOlA dnOJD JO Jo!uas ,(ue JO 'luapISaJd SOI^ a^!lnoax3 ue 'lUap!SaJd allllBll1 :03^10S3)1.
. ^UedwoO alii JO SJopaJ!O 10 PJe08 aliI ,(q t:66 ~
'L ~ AJBnJqa.:l uo paldope ,(lnp uOllnlosa~ 6U!MOJ/Oj alii jO ,(IPOll)ne ,(q pUB 0\ luensmd palnoaxa pue apew 5! ,(auJOU'Ii 10 JaMOd S!lU
:O~0;:j1~'v'H ;:jO AN'v'd~OO 30N'v1:InSNI 3~I::llVNOI1VN =10 S~0103~IO =10 O~V08 3H1 A8 03....dV.!V
;^uedwo:) alii uo 6ulPu!q pue P!le^ aq 01 anU!IUOO 'pall:n:ue
5J I! 1I0!lIM 01 6uptelJapun JO puoq Aue 01 }:)adsaJ 4l!M 'lIe4s pale as pue paln~ax3 os aleoYI\..la:l ^q paYl\..lSO pue paleas pue palnoax3
OS JaMod lions ,(UV ',(uedwo:) a4) uo 6u!pu!q pue P!Je^ aq lIells leas pue aJnleu6!s aJ!w!soej llons 6u[Jeaq ale::l!l!~SO JO JaMod ^ue
pue JaMod lions ,(ue jO ale::lYllJa:l ^ue 01 ellWISOBj ,(q paXlJlB aq ,(ew ,(uedwo:) alii )0 leas aliI pue AJe\aJoas luelslssV' ue JO ,(JBlaJOas
all) JO aJnleu6Js alii pue 'SMel-^8 all\ jO '^ eIO!lJ'v' )0 Z uO!loas olluenSJnd palueJ6 AauJOlle JO JaMod .(ue uo al!w!SOel ,(q paxWB aq
Aew Auedwoo a41)0 Jeas aliI pue luaPlsaJd a::ll^ dnoJE) JO Jo/uas 'a^!InOdX;J Aue JO IUap!SdJd d4\ lO aJnjeu6!s 3ll1lell\ 'pa^tOSaCl.
'€66~ ',{JenJQa.:l jO ,(ep 1I1LL a4\ uo Plall pue palleo ,(Inp OUl1aaw e Ie ,(uedwo:) a4110 SJope:.
)0 pJe08 a41.^q paId ope UO!lnlosa~ 6u!MOlloJ a41 JO '<\!J04Ine a41 .<q pue Japun al!w!S'JeJ .<q pale as pue pau6!s s! .(aUJouv JO JaMOd S!4~
"1~el-U!-^aUJo~e Aue 0\ ua^!6 Alsno!^aJd ^l!J04lne pue JaMod lie a)jO^dJ aWll Aue \e ^ew lUap!SaJd
SO!^ dnOJD JO Jo!uas 'a^l)noax3 ,(ue JO )uap!saJd a41 'olaJa41 Auedwo:J a4110 leas a41 40eHe 01 pue sluawnJ1Su! 40ns ^ue 10 UO!lnOaXa
pue aJnleu6!s J!alll ,(q ,(uedwoo aliI PU!q 01 JaMod IIn) a^elllle4S ',(IPOlllne jO sa\eoy!\.lso a^!padsaJ J!alll U! ll\..lOJ \as suo!lel!w!I alll
01 pa!qn5 'pej-UI-5Aawolle lions '9Jnleu 9)1!1 10 SIUElwnJ}sU! AJOIs6!1qo JEl410 pus s6u!)je~apun 'spuoq 'aoueJnsul 10 sa!~!Io~lo uonnoaxa
aliI U! ,(uedwo:J aliI JO Jlellaq U! 1=)e 0\ }:)el-U!-s.(awoue salSOYl\..Iso uallPM .(q IUIodde 'aw!! 01 aWII wo.ll . ,(ew luaplsaJd a:>l^ dnoJ~
JO JOIUas 'a^!!noax3 Aue JO luap!5aJd a41 'SJolOaJ!C 10 PJe08 a41)0 ueWJ!ell:) alll 'pej-u!-,(auJOll'li JO luawlulOdd'li 'Z uOlloas
l:le:J-UI-.(awolW JO lU3WlUIOddV pus suone611QO jO uO!ln:l3x:r--1^ 31:l!lJ'v'..
.,(uedwo:) alll jO SJop;:U!O
)0 pJe08 a4\ ^q paldope ,(Inp Mel-^8 6UIMOII01 aliI jO ,(IPOll\ne Aq pue olluensmd pa\noaxa pue apew S! .(auJOllV' )0 JaMOd S!ll~
VINV'^lASNN3d '8NI0If3~ =10 ANVd~OO .u lVnSV:) NV:)I~3~V ::l0 S~0~03~la :l0 O~V083Hl A8 031dOOV'
..Auedwo:) 3111 uo DUIPU!q pue P!le^ aq 01 anu!\UOo 'palloelle
S! II 4014M 01 6upje\..lapun JO puoq ,(ue 01 padsaJ 41!M 'lIe4S paleas pue palnoaxa os aleo!JI~a::l ,(q pa!J!\..ISO pue pale as pue pa!noaxa
os JaMod lions ,(uV' . ,(uedwo:J alll uo 6UIPU!q pue PIIB^ aq "BlIS leas pue aJnjE?UDIS allW!soel lions 6upeaq aleoY!lJso JO JaMod ,(ue
pue JaMod lions Aue JO aleoYj~SO ,(ue 01 aJ!w!soe) ,(Q paxlJIe eq Aeui ,(uedwo:) 9111)0 leas aliI pue AJe!aJoas \ue\s!ssV' ue JO ,(JelaJOas
a4))0 amlBU6!s all) pue 'sMel-,(8 alllJo XI alO!lJV JO E UO!paS 0) )uenSJnd palUeJD ,(3UJOue)0 JaMod ,(ue uo al!w!~el ,(q paxwe aq
,(ew ,(uedwo:J alll JO leas elll pue IUap!saJd ao!^ dnoJD JO JO!uaS 'a^!lnOaX3 ^ue JO luap!saJd a41 jO aJnJeu6ls a4) le41 'pa^IOSa)1.
'€66~ 'AJeruqa.:l JO Aep 4lL~ alll uo Pla4 pue palle::l ,(Inp 6u!laaW e Ie ,(uedwoo alllJo SJOIOaJ!O
JO Ple08 a41 ^q paldope uOnnlosa)1 6u!MOIIO) a41 jO AIP04lne a41 .(q pue Japun aJ!w!S'Je) ^q paleas pue pau6lS S! ,(awou'v' )0 JaMOd SI41
;lOBj-u!-,(awoue ,(ue 01 ua^!6 ,(lsnol^aJd
,(1!JOlllne pue JaMod lie a)!o^aJ 'aWl! ^ue )B '^ew 'SJo}:)aJ!O)O PJe08 alll JO lUap!saJd iY.l!^ dnOJD JO JO!uaS 'a^!lnoax3 ,(ue JO luaplSaJd
aliI 'SJopaJ!O jO pJe08 alll jO ueWJ!BllO a41 'olaJa41 Auedwo:) alll)O leas alll 1I0eue 01 pUB SIUawnJ1SU! llons ,(ue lO UO!lnoaxa
pue aJnJeu6!s J!a41 ^q ,(uBdwoO alll PU!q 01 JaMod un) a^e4 ue4S ',(1!J04Ine)0 S3!SO!JI}JSO a^!padsaJ J!a41 U! 4\..101 las SUO!lel!W!1 alll
01 pa!qns 'pej-u!-s^awoue 40nS 'aJnlBU a)j!l )0 SluaWI1JlSU! AJOIB6!Jqo Ja410 pUB SDU!)je}Japun 'spuoq 'soueJnsu! JO saP!lod JO UO!lnOaXa
a41 U! ,(uedwo:) aliI jO )Iellaq U! Joe 01 pej-u,-s,(auJoue salso!J!~SO uallPM ,(q lu!odde 'aWl! 01 aW!1 woJ) ',(ew lUap!saJd ao!^ dnoJ~
JO JO!UaS 'a^!lnoaic3 .(ue JO \UaplSaJd a1l1 'SJoIOaJ!O )0 pJB08 a4l JO ueWJ!e4:) a4~ 'peJ-u!-};auJou'Ii 10 \uaw\u!oddV '€ uOlloas
5luawn::lOa JO UOnn::lax:J--XI 91:ljlJV..
"Auedwo:) at41 JO SJopaJ!a
10 pJeosalll ,(q pa1dope ^Inp Mel-^S 6u!MOII0) aliI jO A1P041ne Aq pue olluensJnd palnoaxa pue apew S! ,(auJOUV' lO JaMOd S!4.L
:AN'lid~OO .ulV'nSV:) lV~N3NI~NOO:lO S~0~03~IO:lO O~V08 3Hl A8 03~dC;]'Ii
SUO!Jnlosa~ pue sMel-h8 6U!Z!J04JnV
1/21/2004 11:51 AM
9,17068681855
002
. I
ACORQ . .. DATE (MMIDDIYYYYJ
CERTIFICATE OF LIABILITY INSURANCE 01/21/2004
PROOUCER (770)246-8300 FAX (770)246-8301 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Sutter, Mdellan& Gilbreath, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
.. HOLDER. THIS C.ERTIFICATE DOES NOT AMEND, EXTEND OR
3861 H~lcomb Bridge Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Nor~ross, GA 3Q092-2205 INSURERS AFFOR.DING COVERAGE
Linda Mitchell .CIC NAIC#
INSURED Blair Construction, Inc. INSURER A FCCI Insurance Company
P. O. Box 770 INSURER s. Centennial Ins. Co.
Evans, GA 30809 INSURER C
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BElOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD iNDICATED. NOIWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAy PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN is SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I~~: ~~?;~ TYPE OF INSURANCE POLICY NUMBER P~k~Y EFFECTIVE POLICY EXPI~N LIMITS
GENERAL LIABILrTY CPPOI00021652 02/14/2003 02/14/2004 EACH OCCURRENCE $ 1,000,000
~
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 50,000
---.J CLAIMS MADE o OCCUR MED EXP (Any one person) $ 5,000
f.-
A \ PERSONAL & ADV INJURY $ 1,000,000
t-- $ 2,000,000
GENERAL AGGREGATE
-
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000
~ n PRO- nLOC
POLICY JECT
AUTOMOBILE LIABILrTY CAUOI00021651 02/14/2003 02/14/2004 COMBINED SINGLE LIMIT
X (Ea accident) $
NN AUTO 1,000,000
-
ALL OWNED AUTOS BODILY INJURY
- $
SCHEDULED AUTOS (Per person)
A X- l
HIRED AUTOS BODILY INJURY
X- $
NON-OWNED AUTOS (Per accident)
-
- PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
R Am AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESSIUMBRELLA LIABILITY UMBOllOO19640 02/14/2003 02/14/2004 EACH OCCURRENCE $ 2,000,OOC
tKJ OCCUR o CLAIMS MADE FOLLOW FORM AGGREGA TE $ 2,000,000
A $
R DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND 001WC03A50790 02/14/2003 02/14/2004 X I WC STATU- I IOTK-
TORY LIMITS ER
EMPLOYERS' LIABILrTY 500,000
A ANY PROPRIETORlPARTNERlEXECUTlVE EL EACH ACCIDENT $
OFFICERlMEMBER EXCLUDED? EL DISEASE - EA EMPLOYEE $ 500,000
~PECr:C~WO~P~I~NS below .EL DISEASE - POLICY LIMIT $ 500,000
OTHER 259025275 02/14/2003 02/14/2004 $250,000 per item
Leased/Rented \
B Equipment $250,000 total 1 imit
~.ESCRIPTION OF OPERATIONS I LOCATIONS IVEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
roj: Butler Creek Interceptor Upgrade, Augusta-Richmond County, GA Contract Amount $5,986,012.11.
, . -
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION CATE THEREOF, THE ISSUING INSURER WlLL ENDEAVOR TO MAIL
J!L. DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Augusta-Richmond County Commission BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR L1ABILrTY
Room 60S-Municipal Bldg OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATNES.
Augusta, GA 30911 AUTHORIZED REPRESENTATIVE -:?'~-k: C ~
Mark Jaynes CSP/LINDAM
ACORD 25 (2001/08)
@ACORDCORPORATION 1988